Loading...
20170925 SM1MIAMIBEACH Commission Meeting SUPPLEMENTAL MATERIAL 1 (Special Commission Meeting on September 25,20171 City Halt, Commission Chambers, 3'd Ftoor, 1700 Convention Center Drive September 13,2017 Mayor Philip Levine Commissioner John Elizabeth Alem6n Commissioner Ricky Arriola Commissioner Michael Grieco Commissioner Joy Malakoff Commissioner Kristen Rosen Gonzalez Comm issioner Micky Steinberg City Manager Jimmy L. Morales City Attorney Raul J. Aguila City Clerk Rafael E. Granado Visrt 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 Clerk 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 City Clerk's office. Questions regarding the provisions of the Ordinance should be directed to the Office of the City Attorney. SUPPLEMENTAL AGENDA C6 - Commission Committee Reports C6 A REPORT OF THE JULY 10,2017 FINANCE AND CITYWIDE PROJECTS COMMITTEE MEETING: 1. FY 2017118 PROPOSED CAPITAL BUDGET DEVELOPMENT. 2. FY 2017118 CURRENT SERVICE LEVEL BUDGET. 3. DISCUSSION REGARDING THE LIVING WAGE RATES FOR FY 2017118, IN ACCORDANCE WITH CHAPTER 2, ARTICLE VI, DIVISION 6, SECTION 2408, OF THE clrY coDE' Finance Supplemental updated on 912012017 (Memorandum) 1 Supplemental 1, September 13, 2017 (Special Commission Meeting on September 25,2017) R5 - Ordinances R5 Y BUILDING PERMIT FEES: AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 14, "ENTITLED "BUILDING REGULATIONS," DIVISION 2, "PERMIT FEES," AT SECTIONS 14-61, 14-62 RELATING TO BUILDING PERMIT FEES GENERALLY;WAIVING FEES FOR PHOTOVOLTAIC BUILDING PERMIT FEES;AND MODIFYING THE FEE SCHEDULE CONTAINED IN APPENDIXA IN ORDERTO UPDATE CERTAIN BUILDING FEES AND TO PROVIDE A PERMIT FEE REDUCTION OF 40% FOR MINOR, IN-KIND, HURRICANE REPAIRS DUE TO HURRICANE IRMA, FOR A THREE MONTH PERIOD; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. R7 - Resolutions R7 Q A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO AWARD AN AGREEMENT, PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2016-204-KB, FOR DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FORTHE COLLINS PARK PARKING GARAGE, TO KVC CONSTRUCTORS, tNc., wrTH THE GUARANTEED MAXTMUM PRTCE (GMP) tN THE AMOUNT OF $22,465,009.00; AUTHORTZTNG A TEN PERCENT (10%) OWNER'S CONTTNGENCY FOR THE PROJECT rN THE AMOUNT OF $2,246,500.90; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A DESIGN BUILD AGREEMENT WITH KVC CONSTRUCTORS, INC. Capital lmprovement Projects/Procurement Supplemental updated on 9/1512017 (Add itiona! I nformation) R9 - New Business and Commission Requests R9 E CITYOF MIAMIBEACH CANVASSING BOARD MEMBERSHIP FORTHE CITY'S NOVEMBER2O1T GENERAL, SPEC|AL, AND (tF NECESSARY) RUN-OFF ELECTIONS. (FOR INFORMATIONAL PURPOSES ONLY, NO ACTION REQUIRED.) Office of the City ClerUOffice of the City Attorney Supplemental updated on 9/1912017 (Memorandum) First Readinq Deferred from May 17,2017 - R5 Q R9 N DISCUSSION ON THE CONDITION COLLINS AVENUE. Building/Office of the City Attorney Commissioner Ricky Arriola Supplemental updated on 9/1912017 (Revised Memorandum & Ordinance) OF THE LOG CABIN STRUCTURE LOCATED AT 8128 Property ManagemenVPlanning Continued from July 26,2017 -RgZ Supplemental updated on 91812017 (Memorandum & Attachments) 2 Supplemental 'l , September 13, 2017 (Special Commission Meeting on September 25,2017) R9 Z DISCUSSION OF AN AMENDMENT TO THE AIR & SEA SHOW AGREEMENT WHICH WOULD ALLOW THE EVENT PRODUCER TO EXPAND THE SHOW TO RUN FROM 10:00 A.M. - 9:30 P.M., INCLUDING TWO MAJOR TELEVISED CONCERT PERFORMANCES AND A FIREWORKS DISPLAY ON BOTH SATURDAY AND SUNDAY EVENINGS; AND TO DISCUSS A POTENTIAL INCREASE IN CITY RESOURCES TO SUPPORT THE LARGER PRODUCTION. Tourism, Culture and Economic Development Supplemental updated on 9/1512017 (Add itional I nformation) 3 THIS PAGE INTENTIONALLY LEFT BLANK 4 Agenda ttem CGA MIAAAIBTACH COMMISSION MEMORANDUM TOr Mayor Philip Levine and Members of the City Commission FRoM: Jimmy L. Morates, city Manager @.6.aa^ DATE: September fi,2417 SUBJECT: REPORT OT THE FINANCE AND CITYWIDE PROJECTS COMMITTEE (FCWPC) MEETTNG ON MONDAY, JULY 10,W17 A rneeting of the Finance and City,vide Projects Committee was held on Monday July 10, 2017 at 2:30 p.m. in the Commission Chamber, 3rd Floor of City Hall. Commissioners in attendance: Cornmissioners Ricky Arriola, Joy Malakoff, John Elizabeth Alemdn, and Micky Steinberg. Members from the Administration and the public were also in aftendance. MEETING OPENED AT 2:49 P.M. BUDGET BRIEFING: OLD BUSINESS 1. FY 2017118 Proposed Capital Budget Development ACTION Tarneka Otto Stewart, lnterim Budget Director presented the item. The following items were requested by the committee. Collins Park Rotundal Performing Arts Venue - Added this project and moyed funding in the amount of $800,000 to the proposed column. As approved by Commission, the Cultural Arts Council will oversee a flexible performing arts center; il can be used for spoken word performances, theater in the round, a small dance performance, an art installation, and a generally flexible, multi-use space. Baywalk - South Bay Club, Bayview Terrace, Bay Garden Manor- As a result of the dollars rnade available from funding a portion of the Maurice Gibb Park Redesign projecl frorn the 2003 Parks GO Bond, moved funding for lhis project in the amount of $386,000 to the proposed colurnn to fund this project. 5e Street Flyover Lighting Enhancement - Moved funding in the amount of $148,779 to the proposed column to fund this project. 2. FY 20{7118 Proposed Current Service Level ACTION Tameka Otto Stewart, lnterim Budget Director presented the item. The following items were requested by the committee. Wo cra tomn|ie,d to prsvCing *xreil*ni prblic s*arce cro sr:lery ,'* all a;he live , wcrl, srd plcy in oo: vibrant, tr*pic*i, hittcrlr. c$fi,norif^ To leguest lhis material in aceessiblg format, sign langnage interpreters, information on acc*s for persons with disabilities, and/or any eccommodalion to revi€w any dooment or Participate in a,ly city-sponsored proeeeding, please contact 305-60+24S9 (vc*ce) or 305-673-7218 (ITY) five days in adyancE lo initiate your rcguest. fiY useB may also call 71'l (Florida Relay SeMce). 5 The following Education lnitiatives totaling $324,000 were added to the FY 2017118 CSL Budget: -Anti- Defam ation Le ag ue- $4, 000 -Com mon Th read s- $ 1 9, 000 -FlU Dual Enrollment- $62,000 -Miami Dade County Dual Enrollment- $28,000 -Nurse Enhancement lnitiative- $1 6,000 -Nurse I n itiative- Be havioral Health- $ 54, 000 -VPK Year 3- $141,000 As part of the development of the proposed FY 2017118 budget, departrnents were requested to submit lists of potential reductions/efficiencies totaling 4 percent of their FY 2017118 CSL budgets. The list was reviewed by the City Manager and the Budget Office. As a result of this review, the recornmended reductions/efficiencies totaling $2,003,000 for the General Fund were identified. Enhancements totaling $504,000 for the General Fund were identified, which include:o City Prosecutor- $72,000o Living Wage lncrease- $56,000o Second AnnualYouth Music Festival- $12,000o Portable Luxury Restrooms for ITF Tennis Tournament- S24,000o Normandy Shores Neighborhood/Golf Course Security Guard Rover- $27,000o Professional Service for Comprehensive Plan (Planning Department)- $100,000o Film lncentive- $100,000o Lummus Park Cultural Activation and Programming- $100,000 Recommended reductions/efficiencies totaling $751,000 and $453,000 in enhancements for the Resort Tax Fund were identified. FINANCE AGENDA: OLD BUSINESS 3. Discussion Regarding The Living Wage Rates For Fisca! Year 2017-2018, !n Accordance With Chapter 2, Article Vl, Division 6, Section 2-408, Of The City Code Commission ltem C4G, April26,2017 (Procurement) Alex Denls, Procurement Director ACTION Alex Denis, Procurement Director presented the item. He explained the Committee explored two indexing options available in the City Code. The first is increasing the living wage rate by the one year change in the CPI or increasing the rate by the aggregate of all the years that there have been no increases. The Committee also considered the rate that was proposed by SEIU. He explained the Committee also asked for him to look into the rate at which the City can mitigate the impact of the increases. Alex Denis said he looked into that. First was that they looked at if there are any contracted employees that are at or above whatever rate is being considered, in that case they would not receive an increase. Some of the reductions that were talked about were security guards, the Tennis Center in North Beach, and he said he believes that Sanitation was looking at reducing their use of temporary services. He said Parking is also looking at reducing the parking attendants at garages due to the new gated control system. Alex Denis said option 1, which is the single year increase, will cost about 9235,000.The catch 6 up option is estimated around $586,000, if the reductions are considered. The SEUI rate is around $2,395,000. This option does not include possible increases that have to be made for current City employees that are under the $16.60 rate. That impacts about $150,0000. Alex Denis explained how the phase-in would work. He said for option 2, the current rate is $13.31, the option 2 rate would be $14.06, so we would basically be taking the impact of that dividing it out by 3 years, which is $195,000 a year. ln this option we would be paying for what was phased-in this year plus the CPI increase for that year. lt is kind of a double payment in years 2 and 3. The same would be for option 3, it is just a bigger impact for years 2 and 3. Discussion held. Alex Denis explained the catching up. He said in FY 15/16 the Commission did not approve a living wage increase. The Code allows us to catch up and see what the CPI increases were in those years that did not receive a living wage increase and then give those in the year an increase would be implemented in. Commissioner Arriola explained how health care has grown whereas CPI rernains negligible. He said we are now trying to narrow the delta that has been accumulating over many years. Alex Denis said one of the recommendations that SEIU made was to consider a different index for the healthcare, which make sense because there is a specific CPI index for medical services. lnstead of taking whatever CPI is used for the change in the rate you would apply the medical index in the change of the healthcare benefit. Often the CPI increase for medical care is usually higher than all of the other categories. Commissioner Arriola said that we can use the overall blended CPI for wages and the medical CPI for the medical portion. Alex Denis confirmed. Commissioner Alem6n agrees with Commissioner Arriola, Commissioner Arriola said if we want a living wage to provide for workers and families, then the appropriate thing to do is to recognize healthcare costs have spiraled out of control and we have to accommodate for that. He said that because the money is tight in the budget he would be inclined to look at the phase-in approach for option 2. He said it includes doing the catch up of the $0.75 an hour and phase it in over a 3 year period, which still adds up to 9195,000. Commissioner Malakoff agrees with option 2. Commissioner AlemSn asked where Miami and Miami Dade-County are on these numbers. Alex Denis said Miami is currently at $15 and Miami Dade-County is at $15.52, but he thinks theyapproved $16.16. Li[ from SCIU said they did that by fixing the healthcare CPI index, so that way it will match with the market trends with health care prices. lt also helps the County with not having to continually revisit this and bring it back and vote, Commissioner AlemSn said she would lean towards going with the catch up option 2, phased-in and using the CPI higher index that is more relevant and probably wouldn't go for the automatic index. She said she would want it to be a discrete action each year to provide the administration 7 a chance to lel the Commission deliberate. That way if something happens there is an intercept point for the City Manager to let the Commission know. VOTE OF ACCLAMATION TO MOVE FORWARD WITH OPTION 2 PHASED.IN Meeting adjoumed at 6:01 p.m. JLM/JWMTG 8 Asenda rtem RS Y Date 1-zj^i7 ,i\AIA/\,TtBEACH BUilding Depaftment, rzoo c**r,ti* c€nts Dnve, Miami Beach. Ftdda 33139 TO: Mayor Philip Levine and Members of thq City COMMISSION MEMORANDUM FROM: Ana M. Salgueiro, Building Official ^ La-w,DATE: September 25,2017 \ -/' / SUBJECT: AN ORDINANCE OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, AMENDING CHAPTER 14,.,ENTITLED "BUILDING REGULATIONS," DIVISION 2, "PERMlr FEES," AT SECTIONS 14-61, 14-62 RELATING TO BUILDING PERMIT FEES GENERALLY; WAIVING FEES FOR PHOTOVOLTAIC BUILDING PERMIT FEES; AND MODIFYING THE FEE SCHEDULE CONTAINED IN APPENDIX A IN ORDER TO UPDATE CERTAIN BUILDING FEES AND TO PROVIDE A PERMIT FEE REDUCTION OF 4OO/O FOR MINOR, !N'KIND, HURRICANE REPAIRS DUE TO HURRICANE IRMA, FOR A THREE MONTH PERIOD; PROVIDING FOR REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFECTIVE DATE. Background: On June 2, 2014, the City of Miami Beach amended its fee code and irnplemented a new fee schedule, to coincide with the City's new building permit software system, and modified certain fees to better reflect actual costs. Analysis: The Building Department continues to review the fee schedule on an annual basis and the Building Official has determined that a more efficient, effective and transparent way to assess fees is necessary. As such, the Building Otficial recommends the following amendments to the City Code: . Reduce fees for owners hiring private provider as required by the State Legislature, as codified at amended section 553.791, F.S., by reducing the building permit fee by the estimated cost savings to the department. The reduction for owners/contractors hiring private providers for both Review & lnspection services will be 40% off of the calculated building permit fee; and the reduction for owners/contractors hiring private providers for only lnspection services wilt be 25o/o off of the calculated building permit fee. The fiscal impact of these reductions to City revenue is estimated at $1.1 million. 9 Permit Fee Ordinance Page 2 Modifying the fee structure and percentages charged for Commercial and Residential building permits. Currently, Commercial permits are charged 2% o'f the job value up to $30 million and 1o/o on job values over $30 million. This modification would increase the first tier range to $35 million and reduce the fee to 1.9% of the job value; the second tier would have a range of $35 million to $100 million and the fee remains atlo/o; and the addition of a third tier for job values over $100 million with a fee of 0.25Yo of the job value. Residential permits are currently billed 1.8% up to $ 1 million in job value and 1% over $1 million in job value. This modification would increase the range to $1.5 million and reduce the fee to 1.7% of the job value for the first tier; and the second tier range would increase to $1.5 million and the fee remains at 1% of the job value. This will continue to be a tiered cumulative fee structure. The code change would reduce the fees the Building Department would receive. As building fees are considered an enterprise fund to be used to finance the actual cost of expenditures of the department, the modification to the code would better reflect the actual reimbursable costs to the department, and be consislent with the state guidelines for enterprise funds. The estimated fiscal impact to the City would be an estimated reduction in revenue of ap proxim ately $4 1 5,000. Authorizing the Mayor and City Commission to direct the City Manager to be able to waive building fees for City projects. Waiving of fees for City projects will allow more projects to be completed without internal transfer of funds from other accounts into the Building Department. There is no financial impact since the cosfs associated with the permitwould remain in the City budget. Waiving building fees for photovoltaic installations in order to encourage residents and industry to use photovoltaic energy. This is in support of the City's efforts to increase resilience and sustainability. Fiscal impact will be /ess fhan $2,000.00 per year. lncreasing Phased permit fee. A Phased Permit is an authorization from the Building Official to start construction before all plans are approved as defined in the Florida Statutes and Florida Building Code. Ordinarily a phased permit is authorized for larger sized projects (i.e.: to allow the foundation to proceed, while other phases of the large project goes through permitting). Under the existing fee structure, and because of its minimal cost, the phased permit process is being abused by applicants, often resulting in the process being utilized by small-scale projects. The proposed fee increase is intended to limit the abuse of the phased perrnit process. lt is estimated that Fiscal impact will result in an increase in revenues of $25,000. 14-61(n) Phase permits: Commercial new construction 2$e9se5,000.00 Commercial alteration 1-'509so4,000.00 Residential new construction Sinole Familv Residence 1+00s02.000.00 10 o Modifying and clarifying various fees to adjust fee amounts in a more efficient way such as rounding, eliminating redundancy, etc. and to clarify descriptions of the fees. No fiscal impact is anticipated by these minimal adiustments. . Allowing for a three (3) month period a building permit fee reduction of 40o/o for minor, in- kind, hunicane repairs due to Hurricane lrma. This item was first introduced at the April 26, 2017 City Commission meeting. The Commission deferred the item to the May 17, 2017 meeting, and then again to September 13, 2017. Fiscal lmpact: Overall the proposed Ordinance is expected to reduce revenues and require use of available fund balance. Recommendation: The Administration recommends that the City Commission adopt the attached Ordinance. AMS/ND 11 ORDINANCE NO. AN ORDINANCE OF THE MAYOR AND GITY COMMISSION OF THE GITY OF MIAMI BEAGH, FLORIDA, AMENDING CHAPTER 14, "ENTITLED "BUILDING REGULATIONS," DIVISION 2, "PERMIT FEES," AT SECTIONS 14-61 , 14-62 RELATING TO BUILDING PERMIT FEES GENERALLY; WAIVING FEES FOR PHOTOVOLTAIC BUILDING PERMIT FEES; AND MODIFYING THE FEE SCHEDULE CONTAINED IN APPENDIX A IN ORDER TO UPDATE GERTAIN BUILDING FEES AND TO PROVIDE A PERMIT FEE REDUGTION OF 40% FOR MINOR, lN-KlND, HURRIGANE REPAIRS DUE TO HURRICANE IRMA, FOR A THREE MONTH PERIOD; PROVIDING FOR RETROACTM APPLICATION TO FIRST READING, REPEALER, SEVERABILITY, CODIFICATION, AND AN EFFEGTIVE DATE. WHEREAS, the City of Miami Beach amended its fee code and implemented the new fee schedule on June 2,2014i and WHEREAS, in implementation of the City's building permit software system, it was determined, that certain fees could not be entered into the system; and WHEREAS, certain other fees were reviewed and modified to better reflect actual costs; and WHEREAS, due to Hurricane lrma, the City would like to reduce permitting fees for a limited period of three months for property owners to seek permits for minor in-kind repairs not exceeding $20,000; and WHEREAS, in applying an ordinance retroactively (1) there is clear evidence of legislative intent to apply the law retroactively, and (2) when allowed, the retroactive application is consttutionally permissible, in that the new law does not create new obligations, impose new penalties, or impair vested rights. Jasinskiv.CW of Miami,269 F.Supp.2d 1U1(SD Fla. 2003); and WHEREAS, for purposes of determining whether the retroactive application of a municipal ordinance impairs a vested right under Florida law, a vested right is defined as an immediate, fixed right of present enjoyment, /d,; and WHEREAS, the reduction in permitting fees is not the retroactive application of a tax; and WHEREAS, the City is not interfering with a vested right obtained as a result of a final order from a City Land Use Board, or permit already obtained under the Florida Building Code; and WHEREAS, the amendments set forth below are necessary to accomplish the above objectives. NOW THEREFORE, BE IT ORDAINED BY THE MAYOR AND GITY GOMMISSION OF THE CITY OF MIAMI BEAGH, FLORIDA: SECTION {. Chapter 14, "Building Regulations,' Article ll, "Construction Fees," Division, "Permit 12 Fees," is hereby amended as follows: Sec. 14-6{ Permitfees, generally. (a) Levied. Permits, inspections and other fees of the building department of the city are hereby levied and imposed and shall apply to building, plumbing, electrical and mechanical permits and other activities undertaken by that department as specified in Appendix A. Permit fee line items include, but are not limited to: buildinq. plumbins. electrical. and mechanical as well as those line items associated with plannino, fire. and public works. ln addition. all permits will include line items for outside aqencies: State of Florida. Department of Business and Professional Requlation (DBPR). the City Manaoer to waive buildino oermit fees that include buildinq, plannins. public works. parkinq. fire. and environmental permits that are directlv related to Citv proiects. (g) /nspec tion tee nearly+ate. The inspe.r'o; ,";;*a**", shall be as specified in Appendix A; + . (h) P/ans re-review fee. When extra plans reviews are due to the failure to correct €€d€tr#i€{ati€,ns Florida Buildinq Code discipline requirements specifically and continuously noted in each rejection, including, but not limited to, egress, fire protection, structural stability, energy, accessibility, lighting ventilation, electrical, mechanical, plumbing, and gas systems, or other requirements identified by the rule of the Florida Building Gommission, in compliance with F.S. S 553.80(2)(b), each time after the third such review that plans are rejected for the same code vielatien requirement, a fee feur tirnes the ameunt ef the prepertien ef the pe'mit fee charged, per discipline, as delineated in Appendix A. (i) Expedited plans review and inspection fee. Upon request from the applicant, the department may schedule an expedited plans review or inspection, on an overtime basis by city staff. When such service is provided, a fee as specified in appendlx A shall be charged, in addition to the regular permit fee and other applicable fees. Expedited plan review service may be requested by the applicant tedtl+a-+esl,plt+s*g.i*eurred at a charqe, per discipline, as delineated in appendix A. in addition to the other applicable fees required for the work. (m)Electronic concunent plan processing.ln order to create a more efficient permitting process, the building department wiltnnellbe implementing procedures to process plans electronically via an automated workflow. Once implemented, the department will_ggy request that applicants submit plans in an electronic format. lf the applicant chooses to submit paper plans, the director, or his designee has the authority to invoice for reimbursement of the conversion of documents submifted to an electronicformat (o) Pivate provider fee. When a property owner uses the services of a licensed private company for plan review and inspections services (Private Provider), the fee will be assessed as a regular building permit with a discount of % &percent of the orlginal building permit fee. lf only the pla* 13 inspections are done by the Private Provider, then the fee will be assessed as a regular building permit with a discount of 145 25 percent of the original building permit fee. (p) Phofovolfaic waiver: All photovoltaic related buildinq permit fees will be waived to promote the use of photovoltaic enerqv. Sec. {4-62. Building permits. (b) Refunds, time limitations, cancellations, change of contracfor. The fees charged pursuantto the schedule in appendix A, provided the same are for a permit required by Section 105.1 of the Florida Building Code, may be refunded by the building official subject to the following: (1) No refunds shall bemade on requests involving: a. @ permit fee(s) and upfront fee(s) [14-62(a)1 as specified in Appendix A+r-{ess; or b.Permitsforwhichplansreviewhascommenced@;or f. Permits underwhich work has;r;"""d as evidenced by any recorded inspection having been made by the depa*men+eity, unless the refund is due to an overcharge by the citY. *** ++utt refun+tes+t+e ml in +fUt retuna rcss tfie permit-fee, whiehever aneunt is greaterr reunde#dewn te the nearest-dellar; and any issued) whe requests a -efund in writing wi*hin ene year ef Baymentr previded: ; an+ eermit 14 (7) Where the permit is revol<ed, or becomes null and void, or expires because of lack of work or abandonment, a new permit covering the proposed construction shall be obtained before proceeding with the work, pursuant to Section 105.4.1.1 of the Florida Building Code. lf no more than 180 days of the expiration date of the original permit has passed, and no refund has been made according to this section, the applicant may apply to renew the permit. The reapplication must be covering the same project and involving the same plans, and must be submitted with the plans and the applicant's validated copy of the original permit. A fee of 25 percent of the original permit fee, plus an additional processing fee equivalent to the minimum permit f9e as specified in appendix A, shall be charged for a renewal underthese circumstances line items will be imposed. For permits that have expired where the only missing component is one or more final inspections, the fee for reopening the permit, performing the final inspection(s), and providing a final approval on the permit shall be charged based on the minimum building permit fee. SECTION 2. Attached to this Ordinance is amended Appendix A, amending certain building permit fees. SECTION 3. CODIFICATION. It is the intention of the Mayor and City Commission of the City of Miami Beach, and it is hereby ordained that the provisions of this ordinance shall become and be made part of the Code of the City of Miami Beach, Florida. The sections of this ordinance may be renumbered or re-lettered to accomplish such intention, and, the word "ordinance" may be changed to "section", "article", or other appropriate word. SECTION 4. REPEALER. All ordinances or parts of ordinances in conflict herewith be and the same are hereby repealed. SECTION 5. SEVERABILITY. lf any section, subsection, clause or provision of this Ordinance is held invalid, the remainder shall not be affected by such invalidity. SECTION 6. RETROACTIVE APPLIGATION . EFFECTIVE DATE. This ordinance shall take effect immediately upon adoption of this ordinance, RETROACTIVE to First Reading, September 25,2017, due to Hurricane lrma recovery efforts. PASSED AND ADOPTED this day of 2017. Philip Levine, Mayor ATTEST: APPROVEDAS TO FORM & LANGUAGE & FOR EXECUTION '/////*,+ Date Rafael E. Granado, City Clerk 15 First Reading: ,2017 Second Reading: ,2017 Underline = new language Strit<etnrougn = deleted language 16 APPENDIX A. FEE SCHEDULE FEE SCHEDULE This appendix includes all fees and charges established by the City Commission that are referred to in the indicated sections of the Code of Ordinances: S€€tio+thisGe{le Code Section Description Amount Subpart a. General Ordinances Chapter 14. Building Regulations Part I Division 2. Permit Fees 14-51(b)Double fees for starting work prior to issuance of permit, plus the following PenaltY: First offense +€g€9500.00 Second offense 2se€e1.000r00 Subsequent offenses +00e€s2.000.00 14-61(cX1)Reinspection fee:200.00 ln compliance with F.S S 553.80(2Xc), any subsequeht reinspection after the first reinspection shall be charged feur times the eest ef first inspeetien er firstsreinspeetien; vuhiehever is greater, The eest-ef inspeetiens is ealeulated reunded up te the heur first tnsBeetien 0€0 Second and subsequent reinspection(s): Based en feur tisres the eest sf first-inspeetien er first reinspeetieni whiehever is ereater at a rate pursuant te tr4 64 (e) 200.00 ln€- feur times theeest ef first inspeetien er first reinspeetien; whiehever is greater, The eest ef inspeetiens is ealeulated based+n-th+aetuat+ime aetualtime ef inspeetien is reunded up te th*heur, 14-61(e) 14-61(f) Commercial maior revisions 6 te€e or more pages 500.00 Com mercial total revision gJ-rpages When determined bv the Buildine Officlal 50% of Original Permit Fee Residential maior revision 6 t+15 or more pases 200.00 Residential total revision :S-t+ages When determined bv the Buildine Official 50% of Original Permit Fee 14-61(h)Plans re-review fee: First and second re-review 0.00 Plans re-review fee. Pursuant to the Florida Building Commission, and in compliance with F.S. 5 553.80(2) (b), 17 when extra plans reviews are due to the failure to correct code yie{ations reiections specifically and continuously noted in each rejection, each time after the third such review that plans are rejected for the same code vielatiens reiections, a fee M @ 5250 per discipline shall be attributed to plans review. 14-61(i) Expedited plan review and inspection fee: upon request from the applicant the department may schedule an expedited plans review @l+ basis-by department staff. Fee for each review e+ inss€€tie{+ cateso ry req uested. 2s0.00 1a-61(n) Phase permits: Commercial new construction 2p0e€95,0!008 Commercial alteration +5€9s04,000.00 Residential new construction Sinele Familv Residence {p0+€s2,000.00 14-61(p)Photovoltaic fees sq M-62(al Up-front processing fee: Percent of estimated permit fee or the minimum processing fee, whichever is greater. Percent of estimated permit fee rounded up to the nearest S5.00 increment 285Oo/o Minimum up-front fee 50.00 L4-62lbl/,4l Chanse ofcontractor 100.00 14-62(b)(s)Chanse ofarchitect or ensineer 100.00 14-62(bx6)One time request for building permit extension (permit must not be expired) 100.00 14-62(bX5)Additional request for building permit extension (permit must not be expired): Percent of building permit fee line item only 4oes0% 1a-62(c)Building permit fees: Commercial Permit Fees for Buildinc Permits: New Construction Minimum oermit fee 140.00 Alterations Minimum permit fee 100.00 Permit fee for a building whose estimated construction cost is equal to or less than S3,g gS million is 23 1.9% of the cost of construction as approved by the Building Officialor his designee, plus 1.0% of the construction cost for any amount over $3,e 35 million but less than or equal to s100 million; and 0.25% of costs exceedine s100 million as approved by the Building Officialor his designee. Residential Permit Fees for Buildine Permits: New Construction Minimum permit fee 120.00 Alterations Minimum permit fee 90.00 Residential: Single-family, Duplex: Permit fee for a building whose estimated construction cost is equal to or less than S+L.5 million is*-*L.7o/o of 18 the cost of construction as approved by the Building Official or his designee, plus 1.0% of the construction cost for any amount over S& 1.5 million as approved by the Buildins Official or his designee Temporary and Special Event Fees Temporary platforms for public assembly, first approval {€4€g 150.00 Temporary bleachers for public assembly, first approval 9#150.00 Temporary platforms or bleachers for public assembly, re-approval 2g€e100.00 Tents excludine electric and plumbing, per tent . Up to 1,000 square feet +04491s0.00 . Each additional 1,000 square feet over 1,000 23*950.00 Tem pora ry structu re/trusses/statues (no electrica I or plumbine included) {gt€e150.00 Temporary chiller 4€2S9s00.00 Temporary generator 23+00500.00 Construction trailer, per trailer s6&9es00.00 Office trailer, per trailer 68e0s500.04 Temporary power for construction 2J5€e300.00 Temporarv power for test 48S9s200.00 Temporary multi-seat toilet trailer, per trailer 8€39100.00 Temporary individual toilel per event {*oes0.00 Amssement+id€s €€€e Temperary eleetriewerle en eireusesrearnivalg per shsw 3#!=0e 14-66(1)Certificate of occupancy fees: Residential units R-1, R-2, and R-3, per unit +tr€).€e150.00 All commercial occupancies except R-1and R-2, per square foot 0€50.07 14-66(1)Temporarv certificate of occupancv or completion fees: 100 percent of final certificate of occupancy or completion and letter of final comoletion fee plus the cost of any additional required inspections. Additional required inspections will be charge based on actual time s pe nt o n i n s pectio n m u lti plie d by+h€+€s+ly+a*q-a€- @ 200.00 {,446+q 400€e 250S0 +A-€;rtd+Per+uildins 60s3s Buildrng effi€ial apBreval ef6 rnenth extensien fer. buildhe reeertifieatiens 5S0€O L4 67(bl 26030 La-67(cl New inspection report fee if recertification not completed within 90 days of building's being declared unsafe 9los300.00 t4-69 Employee training, education, safety, and technology procurement and implementation for service enhancement surcharge is 6 percent ofeach and every 19 Buildine permit fee Chapter 66. Marine Structures, Facilities and Vehicles Article lll. Piers, Docks and Boat Ramps 66-114(a)Plans review fee shall be consistent with 14-61(h)98- g3{a)l$l*Up-front processing fee shall be consistent with L4-62lal, 20 Agenda ltem R1A Date _I:lElLr-,.-.I-.EII----- I /00 Convention Cenler Drive, Miomi Beoch, Florido 33139, www.rniomibeochll.gov OFFICE OF THE CITY MANAGER September 5,2017 Kaufman Lynn Construction, lnc. iharden@kaufmanlvnn. com Joshua Harden 4850 T-Rex Avenue, Suite 300 Boca Raton, Florida 33431 SENT VIA E-MAIL: RE: REQUEST FOR PROPOSALS NO. 2OI6.2O4.KB DESTGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITYAND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKTNG GARAGE (*RFP") Dear Mr. Harden: This letter responds to Kaufman Lynn Construction, tnc.'s ("Kaufman") July 18, 2017 protest in connection with the above-referenced RFP, as supplemented by the letter dated August'14, ZO1T, submitted by Kaufman's counsel. A copy of City's July 17, 2017 non-responsiveness determination is attached hereto as Exhibit ,,1 ,,,and incorporated by reference herein. ln the City's July 17,2017 letter, the City notified Kaufman that its proposal was nonresponsive, based on Kaufman's failure to comply witn tne mandatory submission requirements for a completed Cost Tender Form, and specificaity, its taiture to include afully executed and notarized Section 1 of the Cost Tender Form, the proposal Certification. tn addition, based on Kaufman's failure to submitthe required Section 1 of the bost Tender Form, the City noted that it need not address Kaufman's submission of Section 2 of the Cost Tender Form, which also implicated responsiveness issues, as instead of designating a price in the line item for Site Remediation in Section 2 of the Cost Tender Form, Kaufman stated that Site Remediation was.NlC,'or not included. ln its July 18, 2017 protest and subsequent letter, Kaufman makes the following principal arguments, including that: (i) the Proposal Certification, even though mandatory and part of the Cost Tender Form required of all bidders, was not "material," and that Kaufman's failure to submit the completed CostTender Form was a mere technical irregularity that could be waived by city officials at their discretion; (ii) Kaufman claims_ that its employees did, in fact, submit the completed proposal Certification, and therefore City should credit Kaufman and accept an untimely submission of the fully completed and executed Cost Tender Form; (iii) as to Kaufman's designation of "NlC" in a line item for'Site Remediation" in Section 2 of the Cost Tender Form, the City should have somehow discerned, from the face of Kaufman,s bid, that when Kaufman designated 'NlC,'or "not included,'forthe Site Remediation line item, Kaufman really meant that pricing for this "not included" line item was in fact "included" in another line item; and (iv) the remaining proposals were also not responsive to the RFP, and therefore, City should have simply ignored Kaufman's failure to submit a responsive proposal in accordance with the RFP's plain requirements. Weorecommilterltoprovd'ngexcellenl pubhc.sa'ivrceondsofe!loall w.hairve wort ondpioy,,rtcturvibront troprcol i.)istorLcomfi\tnt\ 21 Letter to Kaufman Lynn Septentber 5,2017 Page 2 The City, after review of Kaufman's protest, hereby denies Kaufman protest and, in support thereof, concludes as follows: First, as a threshold matter, the City notes that the Cost Tender Form for this RFP consisted of two separate sections, namely (1) Section 1 - the Proposal Certification, which the proposers were required to execute and notarize; and (2) Section 2, the Guaranteed Maximum Priceform. The RFP clearly instructs all proposers to take notice of the importance of submitting the Cost Tender Form properly. Specifically, Addendum No. 4 expressly instructs the proposers as follows: "Failure to submit the attached Cost Tender Form shall render proposal non- responsive, and said non-responsive proposa! shall not be considered by the City." See Addendum No, 4 (emphasis in original). The City submits that the Proposal Certification, Section 1 of the Cost Tender Form, is a material part of a propose/s submission and as such, the failure to submit the Proposal Certification is not a minor irregulari$ that could be waived. A responsive vendor is one that submits a bid, proposal or reply that conforms in all material respects to a solicitation. See, e.9., Section 287.012(26), Fla. Stat., and Fla. Admin. Code R. 60D-5.002(18). A responsive bid is therefore submitted on the correct forms, and contains all required information, signatures, and notarizations, and evidences a bidder's promise, on the face of its bid, to provide the items or services called for by the bid. ln Robinson ElectricalCo., lnc., v. Dade County,417 So. 2d 1032 (Fla. 3d DCA 1982), the court appliedtwocriteriafordeterminingwhetheradeviationismaterial.Thefirstwas'Whetherthe effect of a waiver would be to deprive the municipality of its assurance that the contract will be entered into, performed and guaranteed according to its specified requirements, and second, whether it is of such a nature that its waiver would adversely affect competitive bidding by placing a bidder in a position of advantage over other bidders or by otherwise undermining the necessary common standard of competition." /d. at 1034. The court further stated that "a variance is material if it gives the bidder a substantial advantage over other bidders, and thereby restricts or stifles competition." ld. The Proposal Certification, which is part of the Cost Tender Form that includes the GMP price proposal for the Project, is a material part of a proposer's submission. A signed and executed Proposal Certification is essential to, and is the very instrument by which, the City is assured that the contract will be entered into and performed according to its specified requirements. Further, by submitting the fully completed and executed Proposal Certification, the City is further assured that the Proposal, including speciflcally the proposed pricing set forth in the Cost Tender Form, is made fairly and in good faith without collusion or fraud. Waiver of the Proposal Certification requirements would place Kaufman in a position of advantage over other bidders who, unlike Kaufman, completed and executed the Certification Form, agreed to the RFP terms, and attested to its requirements. ln this regard, all proposers were on an equal footing and had the same opportunities as Kaufman to read and utilize the Proposal instructions, and submit the Proposal Certification, fully completed and executed. Kaufrnan's submission of an incomplete CostTender Form, is notcurable, as doing so permitted Kaufrnan to opt in orout of the process at its will, depriving the City of a valid offer and placing Kaufman, through its omission, at a material advantage over other bidders who, unlike Kaufman, made firm ofhrs. ln making the determination that Kaufman's proposal was non-responsive (consistent with the 22 Letter to Kaufman Lynn September 5, 2017 Page 3 RFP's clear notice to proposers that the failure to submit the Cost Tender Form shall render a proposal non-responsive), the City concludes that it appropriately exercised its broad discretion. Under Florida law, an agency has wide discretion in its procurement decisions and its decisions, when based on an honest exercise of discretion, will not be overturned even if it may appear erroneous and even if reasonable persons may disagree. See Libefty County v. Baxtels Asphalt and Concrete, lnc., 421 So.2d 505 (Fla. 1982); Depaftment of Transportation v. Groves-Watkins Constructors, 530 So. 2d912-913 (Fla. 1988) (noting the "sole responsibility is to ascertain whether the agency acted fraudulently, arbitrarily, illegally, or dishonestly"). Second, although Kaufman employees submitted affidavits as to its general procedures and the process it followed in submitting its proposal, the fact remains that the Proposal Certification was not in Kauftnan's sealed envelope when the Cost Tender Forms w6ro opened at the Evaluation Gommittee meeting, for the first time, by the Procurement Officer assigned to this RFP. Attached as Exhibit "2" is the affidavit submitted by Krista Bada, the Procurement Officer responsible for this RFP. ln her affidavit, Ms. Bada outlines the City's intake process she followed for receiving and holding the three proposals and sealed Cost Tender Forms the City received in response to this RFP. ln her affidavit, Ms. Bada states that the Cost Tender Forms remained in her possession from June 29, 2017, the proposal due date, through July 't 1, 2017, the date of the Evaluation Committee meeting for the RFP. Ms. Bada further states that she did not open any of the sealed Cost Tender Forms until she did so in the presence of the public, at the July 11 ,2017 Evaluation Committee meeting. Finally, Ms. Bada states in her affidavit that she immediately noticed the Proposal Certification was missing, and that this omission prompted her to state, on the record at the Evaluation Committee meeting, thatthe Cost Tender Forms still needed to be reviewed for responsiveness, as each Cost Tender Form was being opened for the first time at this public meeting. Although Kaufman has submitted its employees' affidavits as to the process it follows in submitting a proposal, in the absence of any facts indicating that the City somehow (1) opened the sealed Cost Tender Forms in advance of the Evaluation Committee meeting; and (2) misplaced or deliberately withheld Section 1 of Kaufman's Cost Tender Form, City, in an honest exercise of its broad discretion, declines to disregard the plain requirements of the RFP, simply on account of assurances submitted by a bidder's employees. Third, Kaufman's designation of "NlC," or "not included," on the Cost Tender Form, further supports City's conclusion of non-responsiveness. ln its July 18, 2017 protest, Kaufman clarified that the designation uNlC,' as stated on its Cost Tender Form, indeed meant that Site Remediation was "not included," but that the City should have somehow discerned, from the face of Kaufman's bid, that when Kaufman indicated 'NlC,' or "not included," for the Site Remediation line item, Kaufman really meantthat pricing forthe Site Remediation line item was in fact "included" in another line item, for Existing Conditions. By stating on the face of the Gost Tender Form that pricing for an item was 'NlC,' or, as Kaufman has clarified, "not included," the City was within its broad discretion to conclude that, based on the Cost Tender Form, as submitted, Kaufman qualified its bid by stating it would provide something less than what was called for by the RFP. Fourth, the City disagrees with Kaufman's suggestion that the other bidders were also non- responsive, and that therefore, Kaufman's own non-responsiveness should be disregarded. With respect to Plaza Construction, Kaufman submits this proposal is non-responsive because its total proposed GMP cost exceeded City's budget. However, City never indicated in the RFP that a cost proposal within the stated budget was a minimum requirement of the RFP, or even an issue of responsiveness. Rather, the RFP clearly stated that cost proposals would be evaluated, and weighted, in accordance with the evaluation criteria and the points allocated for pricing in the RFP. Similarly, City rejects the suggestion that KVC Constructors, lnc. ("KVC") was non-responsive based on its submission of a proposal for two (2) elevators, rather than the three (3) elevators required by 23 Letter to Kaulinan Lvnn September 5, 2017 Puge 4 the RFP. The plans submitted by KVC as part of its proposal reflect three (3) elevators, and the inclusion of the requisite three (3) elevators were confirmed by City procurement staff and the Design Criteria Professionalfor the project, Therefore, based on the foregoing, the City denies Kaufman's protest. Further, as set forth in the Section 2-371 olthe City Code (the City's Bid Protest Ordinance) and, specifically, Section2-371(e) thereof, the City Manager and City Attorney's determination with regard to issues of responsiveness shall be binding upon the parties to the protest, You may appeal my decision by filing an original action in the Circuit Court of the Eleventh Judicial Circuit in and for Miami-Dade County, Florida, in accordance with the applicable court rules and, with regard to any such action, the City reserves all rights that may be available to it at law and in equity. Should you need additional information pertaining to matters of process or procedures, please contact the Procurement Director, Alex Denis, at (305) 673-7000 ext. 6641, or e-mail: c: Alexander l. Tachmes, Esq. Raul Aguila, City Attorney Rafael Granado, City Clerk Alex Denis, Procurement Director We ore commllled to providing excellenl public serv,ce ond sof elv lc> oll wy'ro iive, wo* onJ yloy n <sur vibronl tctptcol htstottc conntunil'., 24 t ExlrEIrEra-MIAMIBEACH Procurament D€Porlmonlf 1755 Meridion Avenue, 3'o Floor, Miomi Beoch, Florido 33139, www,miomiboochil.gov, 305.673-7490 July 17,2017 Kaufman Lynn Construction, lnc. Joshua Harden 4850 T-Rex Avenue, Suite 300 Boca Raton, Florida 33431 SENT VIA E-MAIL: iharden@kaufmanlvnn.corn RE: REQUEST FOR PROPOSALS NO.2O16.2O4.KB DESIGN/BUILD SERVICES FORANEW PARKING GARAGE FACILITYAND RELATED TNFMSTRUCTURE FORTHE COLLINS PARK PARKTNG GARAGE (PHASE lt) Dear Mr, Harden: The City has reviewed the proposal (the "Proposal") submitted by Kaufman Lynn Construction, lnc. (Kaufman), in response to the above-referenced RFP, The City finds that the Proposal submitted by Kaufrnan was incomplete, as it failed to comply with the submittal requirements established in Addendum No. 4 to the RFP. To begin with, Addendum No, 4 expressly notified Proposers as follows: Failure to submit the attached Cost Tender Form shall render proposal non.responslvo, and said non-responslve proposal shall not be considEred by the Clty. The City's required Cost Tender Fbrm, a copy of which is attached hereto as Exhibit "1,' consisted of two separate sections, namely (1) Section 1 - Certification, which Proposerwas required to executo and notarize (the "Proposal Certiflcation"), and (2)Section 2, for the Guaranteed Maxirnum Price form. ln its Proposal, Proposer altogether failed to include the required Proposal Certification. A proposalcontaining a materialvariance from the RFP requirements is unacceptable. Bgbjlson Electric Co.. v. Dade Countv, 417 So. 2d 1032 (Fla 3d DCA 1982), ln determlning whether a specific noncompliance constitutes a substantial, and hence nonwaivable, irregularity, the courts have applied two criteria-first, whether the etfect of a waiver would be to deprive the municipality of its assurance that the contract will be entered into, performed and guaranteed according to its specified requirernents, and second, whether it is of such a nature that its walver would adversely affect competitive bidding by placing a bidder in a position of advantage over other bidders or by otherwise undermining the necessary common standard of competition. /d. af 1034. Here, the instructions for completing the Cost Tender Form make clearthat"[f]ailure to submitthe attached Cost Tender Form shall render [the] proposa! non-responslve, and sald non- responslve proposal shall not be considsred by the City." See Addendurn No, 4 (emphasis in original), Moreover, a signed and executed Certification Form is nonwaivable, as the executed Proposal Certification is essential to, and is the very instrument bywhich, the City is assured that the contract will be entered into and perforrned according to its specified requirements. Further, by submitting the fully completed and executed Proposal Certification, the City is further assured that the Proposal is "made fairly and in good faith without collusion or fraud." /d. 25 REQUEST FOR PROPOSATS t.IO. 2016-204-KB DESIGN/BUILD SERVICES FOR A NEW PARKING GAMGE FACILITY ANO RELATED INFMSTRUCTURE FOR THE COLLINS PARK PARK|NG GARAGE (PHASE fl) Pago2ol2 July 13, 20 1 7 The failure to submit the fully completed and executed Certification Form was a material variation from the RFP that cannot be waived, as waiver of the Proposal Certification requirements would place Kaufman in a position of advantage over other bidders who, unlike Kaufman, completed and executed the Certification Form, agreed to the RFP terms, and attested to its requirements. ln this regard, all proposers were on an equal footing and had the same opportunities as Kaufman to read and utilize the Proposal inshuctions, and submit the PropdSal Certification, fully completed and executed. As permitting a variation of the foregoing requirements after the Proposal Due Date would deprive the Ci$ of the assurance that the contract will be entered into in accordance with the RFP requirements, and would undermine the common standard of competition, Kaufman's proposalmust be rejected as non-responsive,l Should you need additional information pertaining to matters of process or procedures, please contact Kristy Bada at (305) 673-7000 ext. 6218, or e-mail: kristvbada@miamibeachfl.qov, Enclosures: Proposal Cover Page Cost Tender Fonn submitted by Kaufman Lynn, lnc. C: RafaelGranado, City Clerk F:\PURC\$ALL\SollcltatlonsU0l6\2016-204-KB (RFP) DB Collins Park Garage\14 - Phase ll\6 - Responsivonass\Letter of Non- Responsiveness - RFP 201 &204-KB ITS.SPS DBOM_KauinanLynn.doc 1 Because the Proposal is not responsive for failure to submit an executed and notarized Proposal Certification, the City need not address the deflciencies in the Section 2 Guaranteed Maxlmum Price Form that separately render the Proposal non-responsive, including, without limitation, the designation of 'NlC (the meaning of which is not clear and was not contemplated by the RFP) in lleu of an amount in the line itern for Site Remediation. We ore commlrled lo ptoviding ercellent public sr'wba cnd solety A oll who live, vw*., ond phy in ou vy'b,ont, kopiccll, hlstoilc @nnunity. 6curement Director 26 EXHIBIT 1, I\AIAMIBIACH City of Miomi 8eoch, I 755 MEridion Avenue, 3d Floor, Miomi Booch, Florido 331 39, www.miomibeochfl.gov PROCUREMENT DEPARTMENT lal: 305473-7 490 Fox: 786-394-4002 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO. 2016.204.K8 DESIGN/BUILD SERVICES FOR A NEW PARKING GAMGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE [) Aprll28,2017 This Addendum to the above-referenced RFP is being issued to notify you that your proposal was short-listed to proceed with Phase ll of Request for Proposals No,2016-204'KB design/build services for a new parking garage facility and related infrastructure for the Collins Park Parking Garage and to provide other clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. ATTACHMENTS: Cost Tender Form Exhlbit B: Sample Deslgn Build Agreement Any questions regarding this Addendum should be submitted in writlng to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl .gov. Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission, Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders' questionnaire wlth the reason(s) for not submitting a proposal. inent Director REQUEST FOR PROPOSALS NO. 2016.20+KB DESIGNiBUILD SERVICES FOR A NEW PANKING GAIlAGE ACILITY AND NELATEO INTNASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE II) Telephone: 305-673-7000, ext. 621 8 27 EXHIBIT A Revised Gost Tender Form REQUEST FOR PROPOSALS NO. 2018.204.K8 DESIGI.I/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE OOLLINS PARK PARKING GAMGE (PHASE II) 28 APPEN DIX E & i:iiiil,{i"A tlrA#-j Cost Tender Form RFP NO . 2A16-204-KB DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE PROCUREMENT DEPARTMENT 1755 Meridion Avenue, 3rd Floor Miomi Beoch, Florido 33139 REQUEST FOR PROPOSALS NO. 2O1S2O+KB DESIG[\UBUILO SERVICES FOR A NEW PARKING GARAGE FACILITY AN0 RELATEo INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE II) 29 Section 1 - Certification The undersigned, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentioned has any interest in this proposalor in the Contract to be entered into; that this proposal is made without connection with any other person, firm, or parlies making a proposal; and that it is, in all respects, made fairly and in good faith without collusion or fraud, The Proposer further declares that it has examined the site of the Work and informed iiself fully of all conditions pertaining to the place where the Work is to be done; that it has examined the Contract Documents and all addenda thereto fumished before the opening of the proposals, as acknowledged below; and that it has satisfied itself about the Work to be performed; and all other required information with the proposal; and that this proposal is submitted voluntarily and willingly. The Proposer agrees, if this proposal is accepted, to contract with the City, a political subdivision of the State of Florida, pursuant to the terms and conditions of the Contract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to construct and complete within the time limits specified the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROPOSALS (RFP) No. 2016-204-KB OESIGN/BUILD SERVICES FOR A NEW PARKING GAMGE FACILIil AND RELATED INFMSTRUCIURE FOR THE coLLtNS PARK PARKTNG GAMGE (PHASE lt) The Proposer also agrees to furnish the required Performance Bond and Payment Bond or alternative form of security, if permitted by the City, each for not less than the total proposal price plus alternates, if any, provided in the RFP Price Form in Section 00408 and to furnish the required Certfficate(s) of lnsurance. ln the event of arithmetlcal errors between the division totals and the total base proposal in the RFP Price Form, flre Proposer agrees that the total base proposal shall govern. ln the event of a discrepancy between the numerical total base poposal and the written total base proposal, the written total base pmposal shall govern. ln absence of totals submitted for any division cost, the City shall interpret as no proposal for the division, whlch may disqualify the Proposer, Name 0t Prop$efs Authodzed Representative:Tl0e 0f Propose/s Auhorlzed Representative: S'gnature ol Proposeis Auhorlzed RepresenEtive:Dah: State of FLORIDA personally 0n this _day of 20-., )appeared before me who stated that (s)he is the of -, a corporation, and that the insbument was signed in behalf of he said corporation by authority of its board of directors and acknowledged said instrument to be lts voluntary actand deed. Before me: Notary Public for the Stale of Florida My Commission Expires: ADDENDUM NO.4 REQUEST FOR PROPOSALS NO. 2016.204.K8 OESIGI.UBUILD SERVICES FOR A NEW PARKING GARAGE FACILITY ANO RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GAMGE(PHASE II} 30 Section 2 - GUARANTEED MMIMUM PRICE REQUEST FOR PRoPoSALS (RFP) N0,2016.204.K8 PHASE II DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GAMGE FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRETION OF THE PROPOSER REQUEST FOR PROPOSATS NO. 20.16.204.K8 DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATEO INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE II) ..i. J it, 1UNrj'I* '.._ LLSI I's-. fii "-8"#)--,1$l 01 50 00 Ternporary facilities And Controls LS 1 $$ 02 00 00 Existing Conditions LS I $$ 02 50 00 Site Remediation LS 1 $$ 03 30 00 Concrete LS 1 $$ 04 00 00 Mansory LS 1 $$ 05 50 00 Steel & Misc. Metals LS 1 $$ 05 50 00 Steel Canopies LS 1 U $ 07 '10 00 Waterproofing LS 1 $$ 08 10 00 Frames, Doors, & Hardware LS 1 $$ 08 40 00 Curtainwall/Storefront LS 1 $$ 09 20 00 Framino & Drywall LS 1 $$ 09 30 00 Tile LS 1 $$ 09 90 00 Painting & Coating LS 1 $$ 10 00 00 Specialties LS 1 $$ 11 00 00 Equiprnent LS 1 $$ 12 00 00 Furnishinos LS 1 $$ 14 00 00 Conveylng System LS 1 $$ 21 00 00 Fire Suppression LS 1 $$ 22 00 00 Plumblns LS 1 $$ 23 00 00 HVAC LS 1 $$ 26 00 00 Electrlcal LS 1 $$ 27 00 00 Communications LS 1 $$ 28 00 00 Safety and Security LS 1 $$ 31 00 00 Earthwork LS 1 $$ 33 00 00 Utilitles LS ,|$$ 33 00 00 Off Site Civil Utility lmprovements LS 1 $$ 33 00 00 Liberty Avenue Plaza (22 Street to 23 Street)LS 1 $$ 33 00 00 Liberty Ave, lmprovement (North of 23 Street)LS 1 $s 33 00 00 23* St.lrnprovements (Collins Av. To Dade Blvd,)LS 1 $$ 00 00 00 Other lterns Not Mentioned Above LS 1 $$ Bonds and lnsurance LS I $$ Desion Fees LS I $$ 31 ** ln the event of arithmetical errors between the division totals and the GMP , the proposer agrees that the GMP shall govern. AI\IY LETTERS, ATTACHMENTS, 0R ADOITIONAL INF0RMATI0N T0 BE CONSIDERED PART 0F THE PROPOSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTAL: PROPOSER (Print): ADDRESS: CITY/STATE: FEDEML I.D, #: NAME/TITLE OF REPRESENTATIVE (Print): SIGNED: (l certlty that I am authorlzed to cxecuto this proposal and commlt the proposing lirm) REQUEST TOR FNOPOSALS NO, 201O-2O4.KD DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY ANO RELATED INFMSTRUCTURE FOR THE COLLINS PARK PARKING GAMGE (PHASE II) ZIP: 32 RFP N0. 2016-204-KB | (ity of Miami Beach Design/Build Services for a New Parking Garage Facility and Related lnfrastructure for the COLLINS PARK PARKING GARAGE Step 2 lJune 29,2017 KAUFMAN LYNN CONSTRUCTION WALKER PARKING CONSUTTANTS 33 $rctlen 2,r GU.ABAN,TFED MAXIMUM PRICE REQUEST FoR pRopo$At$ (RFP) No,2016.204.K8 PHA$E II DESIGNIBUILP SERVICES FORA NEW PARKING GARAGE FACILITYAND RELATED INFRA8TRUCTURE FORTHE COLLINS PARK PARKING GARAGE FURTHER BHEAKDOWN OF LINE ITEMS ]NDICATED MAY BE PROUDEN AT THE DI$CRETION OF THE PROPOSER REOUEST FOR PROPOSALS NO. 2O1O-2O4.KB DESiGN/BUILD SERVICE$ FOR A NEW PARKING GARAOE FACITITY AND RELATED INFRASTRUOTURE FOR THE 6OLLIN9 PARK FARKING GARAGE{PHAsE II) 01 00 00 GeneralCondltlons LS 1 $fi1,527,624 01 50 00 Ternporary facllities And Controle LS 1 $$ w/GC's 02 00 00 Exletlng Condltlons LS 1 $$ 528,765 02 50 00 Sito Remediatlon LS 1 $$Ntc 03 30 00 Conorete LS 1 $$ 7,160,5e0 04 00 00 Mansory LS 1 $$ 88,650 08 60 00 Steel & Mlsc. Metals t$1 $$ 108,324 05 60 00 Steel Canoples LS 1 $$2,666,963 0710 00 Waterprooflng LS 1 $$ 363,758 0810 00 Frames, Doors, & Hardware LS 1 $$ 45,143 08 40 00 Curtalnwall/Storefront LS 1 $$ 604,000 09 20 00 Framlns & Dryrvall LS 1 $$ 244,1es 09 30 00 Tilo LS 1 $$N/A 09 g0 00 Falntlng & Coatlng LS 1 $$ 151,000 10 00 00 Speclaltles LS I $$ 115,1e0 11 00 00 Equipment LS 1 $$ 70,000 12 00 00 Furnishincs LS 1 $$N/A 14 00 00 Conveylng System LS 1 $$ 660,450 21 00 00 Flre Supprosslon L8 I $$ 31s,379 22 00 00 'Plurnblno tS 1 $$ 342,618 23OOOO HVAC LS 1 $$ zs,ooo 26 00 00 Electrlcal L$1 $$ 1,75o,ooo 27 00 00 Communloations LS 1 $$ w/Electrical 28 00 00 Safety and SecuriU LS 1 $$ 78,000 g1 00 00 Earthwork rs 1 $$w/Exlslting Cond 33 00 00 Ulilitiee L$1 $$ 297,000 33 00 00 Off $lte Civil Utllity [mprovements LS 1 $$ esa,+o 33 00 00 Liberty Avenue Plaza (22 Sheet to 23 theet)LS I $$ 260,700 33 00 00 Libsrty,{ve, lmprovement (North of 23 Street)LS 1 $$ 33 00 00 23ro St,lmprovements (Colllns Av. To Dade Blvd.)LS 1 $$ 355,330 00 00 00 Other ltems Not MentloneclAbovo LS 1 $$ 1,806,161 Bonds and lnsuranoe LS 1 $$ 505,866 Deslon Fees LS 1 $$ 1,614,750 34 Alternate Facade = Add $1 ,032,281** ln the evsnt of arithmetlcal orrors between tho division totals and the GMP , the proposer agreos that the GMP shallgovern, ANY LETTERS, ATTACHMENTS, OR ADDITIONAL INFORMATION TO BE CONSINERHD PART OF THE PROPOSAL MUST BE SUBIVTITTED IN DUPLICATE. WRITTEN 1614;, Twenty two million, nine hundredninety three thousand, eight hundred ninety six pRoPosER (Prtnt):, . T.?'f'ln !Il1 ADDRE$S: jajo :feylvgnue, suite 300 CITY/$TATE: Boca Raton, FL ztft 19131 FEDERAL 1.P, 6, -,6looep115 NAMH/TITLE 0F REPRESENTATIVE (Prlnt):Michael Kaufman, President & CEO $IGNEDI (l coflfy thst I am authorlred h oxecute lhle proposal and commlt lho proposlng flnn) REQUEST FOR PROPOSALS NO. 2016.204.rc DESIGI.I/BUILD SERVICES FOR A NEW PARKTNG GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR TI.IE COLI.INS PARK PARKING OARAGE (PHA$E II) 35 GENERAI This scope is intended to expand and/or clarify plan interpretation in instances where the plans are in conflict or silent, Should the plans be in conflict with other contract documents, this proposal is based on the plans being the default, 1. This proposals description includes the following: Site Development of parklng structure, Construction of one (1 ea.) 6 story parking garage building with retail shell space on the ground floor. 2. The following are excluded: a, Building permits fees are included as an allowance of 5400,000.00. We understand this allowance would be applied to building permits, occupancy, connection fees, impact fees, etc. b. Builder's risk insurance and deductibles. Bullder's Risk lnsurance can be provided for an additional s65,000. c. Cost of site security and/or police presence throughout construction duration. d. Cost of any and all utility usage and resident trash removal services to the buildings after substantial completion is achieved. e. Owner Direct Purchase (ODP) administration and tax savings, all sales tax is included. f. FPL transformers, Primary Conduits and wire, and Deposits. g. CableTV/Phone equipment and cable or phone wire from service point to communication room(s) and cable or phone wire from communication room(s) to unit. h. Fire Alarm Monitoring Service Cost i. Water Meters, Fees and Depositsj. Cost relating to Radon Mitigation. k, Commissioningand/orspecialtestingengineerservices. l, As-Built survey, vibration monitoring and/or vibration damage to adjacent properties as a result of construction. m. Rernoval, relocations, and main line installations to building(s) point, including fiber optics for gas (including meter), power, phone, cable, etc. These shall be provided by the appropriate service provider, n. Mock up not incorporated into the finish product. o. Owner FF&E unless specifically addressed in the plans and specifications p. Removal, disposal, remediation, and premiums associated with unforeseen or unsuitable soil conditions, hazardous materials, or other materials requiring a controlled removal/disposal other than Addendum No. 8 dated June 21, 2017, q. Asbestos inspections, reporting documentation and ?ll Clean"Certifications. 3. This proposal is based on of the following documents and plans: a. b. c. d. e. f. g. Requestfor Proposals Dated 09/16/16by Miami Beach Addendum 3 Dated A4n3n7 Addendum 4 Dated 04/28/17 (Phase 2 RFP) Addendum 5 Dated 05/02/'17 Addendum 6 Dated 06/08/17 Addendum 7 Dated 06/15/17 Addendum 8 Dated 06/21/'t7 4. lt is anticipated that work will be performed during normal business hours (7:00 AM to 5:00 PM) 5. Regarding temporary and permanent power, temporary or construction power will be the responsibility of KL in its entirety. On permanent power and consumption, KL is responsible for raceway only for incoming primary feed and for secondary and building power feeds complete. Once the permanent meter(s) have been installed by FPL for the project which cost and installation is an owner responsibility and required for equipment testing, KL will no longer be responsible for its consumption henceforth. RFP N0,2016-20+KB- Phase ll lCity of MiamiBeach DTsIGN/BUITD SERVICES FORA NEW PARKIIIG GARAGE FACI[IIY& RELATED INFRASIRUCTURE FOR THE COTTINS PARK PARKING GARAGE 36 6, Due to the volatile state of the construction market, all construction labor, materials and equipment are subject to significant price fluctuation which is beyond our control other than adding artificially to the project cost through escalation and contingency amounts. Resultantly, should the contract agreement not be finalized within 90 days after award, we must reserve our right to adjustlnegotiate our proposed price based on these price swings dependant on actual start of construction. We most certainly will do everything possible to offset and/or minimize increases and will provide necessary backup documentation substantiating increased price. ATTOWANCES This Proposal includes the following allowances, which accounts for cost of labor, material, freight and handling, taxes, insurance, subcontractor markup and bond premium(if applicable): 1. Permit Fees Dtvlsl0N 02-stTE w0RK s400,000 1. All meters will be provided by local utility providers.They will be purchased by the owner and installed by the contractor. DIVISION 03.CON(RETE 1. No qualification DIVISI()N O4.MASONRY 1. No qualification DIVISION 05.METAtS 1. No qualification Dtvtsl0N 06-w00D AND PLAsTlcs 1. No qualification DlVISION OT.THERMAI. AND MOISTURE 1. No qualification Dtvtst0N 08-D00R5 & t,l,lNDows 1. No qualification Dtvlst0N 09- FlNlsHES 1. No qualification Dtvtsr0N 1 0-SPEctAtilEs 1. No qualifications DIVISI()N ll.EQUIPMENT 1. Trash bins and compactors are excluded. DIVISION 12- FURNISHING 1. No qualification DIVISION 13. SPECIAT CONSTRUCTION 1. No qualification DIVISION 14 - CONVEYANCE 1 . (3) 35001b elevators are included as Machine-Room-Less Traction with a travel speed of 200 fpm. DIUISION 15-MECI{AN ICAI. 1. No qualification Dlvlsl0N 1 6-EtE(TRlcAL 1. No qualification END OF CONTRACTOR CI.ARIFICATIONS RFP N0, 2016-204-KB - Phase ll I City of Miami Beach DESIGN/BUITD SERUICES }OR A NEW PARIflNG GARAGE FACIt.ITY& REIATED INTRASTRUCTURE FOR THE TOTLINS PARK PARKING GARAGE 37 $ EtrilBn1r3: n 4 5. AFFIDAVIT OF KRISTY BADA Kristy Bada hereby submits this affidavit and after being duly sworn states as follows: 1. I am the Contracting Officer lll for the City of Miami Beach Procurement Department. 2. As part of my job duties, I manage formal competitive solicitations issued by the City, particularly with respect to construction and major procurement matters. My job responsibilities include the drafting of solicitation documents, responding to questions from proposers or prospective proposers, receiving and maintaining proposal responses, coordination of evaluation committee meetings, and assisting the Department Director on review of proposals for technical requirements, among other duties. 3. I have handled governmental procurement matters for over ten (10) years. I have served in my current position at the City since June 1 ,2015. Prior to joining the City, I served in a similar procurement capacity for the Village of Palmetto Bay, Florida since 2007. I am the procurement officer assigned to RFP 2016-204-KB (the "RFP") for the Design Build for the Collins Park Garage. The RFP requires proposers to submit, as part of their proposal submission, one original copy of the proposal, ten copies of the proposal, and one electronic copy of the proposal (colfectively, the "Proposal Package"). As part of the Proposal Package, proposers are instructed to separately submit a sealed Cost Tender Form, with their proposed pricing in response to the RFP. Proposers are instructed to include only one (1) copy of the sealed Cost Tender Form, which is opened at the conclusion of the Evaluation Comrnittee deliberations, as the last step in calculating each proposer's total score and ranking. The Procurement Department's intake process calls for a representative of the Procurement Department to time stamp a Proposal Package upon receipt, without opening the contents of the Proposal Package (usually submitted in a box, package or envelope). When a proposer hand delivers a Proposal Package, the person hand-delivering the Proposal Package will sign a Proposal Submission Log, indicating the proposer's company name, and the date and time the Proposal Package was delivered. When a Proposal Package is mailed, a Procurement Department representative will include the proposer's company name, and date and time of receipt on the Proposal Submission Log. Proposal Packages are maintained at the Procurement Department's reception area (without being opened) until the deadline for proposal submissions has expired, which, for this RFP, was 3:00 p.m. on June 29,2017. b. 7. 38 8.On June 29,2017, after the 3:00 p.m, deadline for proposal submissions for the RFP, as part of my duties for the RFP process, I received, and took possession of, three Proposal Packages relating to this RFP, along with the Proposal Submission Log for this RFP, which was signed by a representative (or courier) for each of the three proposers. At that time, I confirmed that I had in my possession a Proposal Package for each of the three proposers that signed the. Proposal Submission Log. I also confirmed that each package in fact included an original, copies, and electronic file. I did not open any of the sealed Cost Tender Forms submitted as part of the Proposal Package and each of the Cost Tender Forms remained sealed, I then took all Proposal Packages to my desk. On June 30, 2017, I reviewed all of the proposal copies and the electronic versions of the proposal submissions, to ensure that proposers did not erroneously include the Cost Tender Form along with the proposal copies. The Cost Tender Forms remained sealed. I placed each sealed Cost Tender Form in a file cabinet in my office, expressly reserved for original proposals and sealed cost tender forms. The only documents I maintain in this file cabinet are the original proposals (and sealed cost tender forms) for my active solicitation matters. After placing the sealed Cost Tender Forms and original proposals in my file cabinet on June 30, 2017, I prepared the materials for Evaluation Committee members, in order to send a copy of each proposal to each Evaluation Committee member. On June 30, 2017, the Evaluation Committee member materials were couriered or mailed to each Evaluation Committee member for their review. At no time did I remove the original submissions, or the sealed cost tender forms, from my file cabinet, at any time from June 30, 2017 until July 11,2017,hhe morning of the Evaluation Committee meeting. On July 11,2017,lattended the Evaluation Committee meeting, which began at 8:30 a.m. That morning, prior to the meeting, I removed the sealed Cost Tender Forms from the file cabinet, and I brought the sealed Cost Tender Forms to the Evaluation Committee conference room, where the sealed Cost Tender Forms remained sealed, and in my possession, throughout the entire Evaluation Committee meeting, until it was time to open the sealed Cost Tender Forms in the presence of all persons attending the Evaluation Committee meeting, a meeting that was open to the public in accordance with the Sunshine Law. After the Evaluation Committee members concluded their deliberations, collected each Evaluation Committee member's scoring matrix, At that time, opened each proposer's sealed Cost Tender Form in the presence of the Evaluation Committee and members of the public, including the proposers, who attended L 10. 11. 12. 13. 14. 39 15. the meeting, in order to calculate the points allocated to each proposer's cost proposal, based on each proposer's price submission indicated in the Cost Tender Form. Upon opening Kaufmann Lynn's proposal, I immediately noticed that Kaufmann Lynn's Proposal Certification form ("Proposal Certification"), a mandatory requirement of the RFP, was missing. ln addition, I noticed that a line item in the Kaufmann Lynn Cost Tender Form, included a term "NlC," a term not familiar to me, particularly in a form calling only for prices in numerical form. I also noticed at that time that Kaufmann Lynn submitted, as part of their Cost Tender Form, an "alternate" cost proposal for a second version of a design for the project, even though the RFP did not contemplate submission of any alternate designs, and even though the Cost Tender Form did not include any provision for submission of an alternate price proposal. The omission as to the mandatory Proposal Certification required by the RFP in Kaufmann Lynn's Cost Tender Form prompted me to state, on the record, at the July 11,2017 Evaluation Committee meeting, that the Cost Tender Forms still needed to be reviewed by the Department for responsiveness, as each Cost Tender Form was being opened for the first time at the public meeting, As responsiveness determinations are handled formally, in writing, by the Procurement Director, following consultation with the City Manager and City Attorney (none of which were present at the meeting), it is not my role to announce or make any responsiveness determinations during the Evaluation Committee meeting. Upon opening Kaufmann Lynn's Cost Tender Form, I texted the Procurement Director to ask him to come to the conference room, as I needed direction as to whether I should calculate the points allocated to Kaufmann for its price proposal based on the GMP proposal as indicated on the Cost Tender Form, or based on the "alternate" proposal that Kaufmann unilaterally added to the Cost Tender From. The Procurement Director advised me to use the line item for the GMP proposal called for in the Cost Tender Form, as the RFP did not call for, or provide any process for, evaluation of "alternate" cost proposals. As rny efforts in calculating the cost proposal scoring was the final step in the meeting, and because there were over 20 people waiting in the room for the final rankings of the Evaluation Committee process, I did not, at that time, discuss with the Procurement Director the responsiveness issue related to Kaufmann Lynn's failure to submit the mandatory Proposal Certification required by the RFP. Upon calculating the points for the price proposals, I incorporate the points allocated to each proposer in the forms completed by the committee members, and I then tallied the final scores. 16. 17. 18. 19. 3 40 20 Following the conclusion of the Evaluation of Kaufmann Lynn's failure to submit required by the RFP. Committee meeting, I raised the issue the mandatory Proposal Certification FURTHER AFFIANT SAYETH NAUGHT. STATE OF FLORIDA ) ) ss: couNTY oF MIAMI-DADE ) BEFORE ME, the undersigned authority, personally appeared Kristy Bada, Contracting Officer lll of the City of Miami Beach, who is personally known to me or has produced as identification and, who after being duly sworn, deposes and says that he has executed the foregoing lnterrogatories and that they are true and correct to the best of his/her knowledge and belief. SWORN TO and SUBSCRIBED before me this -*dry of Septem ber,2017 . ( My commission expires:' n ,\ V- 'l , 171,tu1"{. ' /'l-}i{((, t NOTARY PUBLIC - State of Florida '., \(,,n,1, x l)'l crrtlt l, Print Name 4 41 u) kl,w bar;: ;ti'j{":I l\/ I;i) l1 i,i; tlr 1'ra it; ii5 ,,,1 Y &l ItiF'lti;'r 'i ']i'i" i " August 14,2017 VIA CQURIER Mr. Raul J. Aguila City Attomey City of Miami Beach 1700 Convention Center Drive, 4th Floor Miami Beach, FL 33139 RFP No. 2016-204-KB - Collins Park Garage Dear Raul: Shutts & Bowen LLP (the "Firm") has been retained to represent Kauftnan Lynn Construction, Inc. ("Kaufman Lynn") in connection with the procurement of the contract to build the City of Miami Beach's (the "City's") Collins Park Garage, also known as Request For Proposals No. 2016-204-KB (the "RFP"). Please accept this comespondence as a follow-up to my recent telephone.conference with you. At the July 11,2017 Phase II Technical Presentation, Kaufman Lynn was ranked by the City's RFP Evaluation Panel as the most responsive and responsible bidder for the RFP. Six days later, on July 17, 2017, the City Procurement Department notified Kaufman Lynn via letter that its bid was allegedly non-responsive to the RFP and would not be recommended for final approval to the City Commission. A true and correct copy of theooNon-Responsiveness Letter" is attached as Exhibit (64,." In the Non-Responsiveness Letter, the Procurement Department contends that the City discovered that a Cost Tender's Certification Page was purportedly missing from its envelope. The Procurement Department claims it made this discovery almost three weeks after Kaufman Lynn provided a sealed envelope to the City containing the Cost Tender's Certification Page.l Please note that during that intervening three week period, the sealed envelope had been handled, opened, and maintained by the City. The Procurement Department's claim is I As is mentioned in Ms. Kathleen Bernard's Affidavit (attached), during the course of the July 11, 2Ol7 meeting, Procurement Department Employee, Kristy Bada stated that she had a question regarding scope and pricing information in Kaufman Lynn's proposal. Certainly an enhanced level of scrutiny, as was provided to Kaufman Lynn's documents would have apprised Ms. Bada, or evaluation committee members present of a missing Cost Tender's Certification Page. No member of the Procurement staff or evaluation committee member made meniion of the missing forrn during the July 11,2017 meeting. ALEXANDER I. TACHMES, EsQ. PARTNER Shutts & Bowen LLP 200 South Biscayne Boutevard Suite 4100 Miami, Ftorida 3313'l DTRECT (305) 347-7341FAX 1305) 347-7754 EMAIL ATachmes@shutts.com Re: ?OX.T ftUS T1Ffi tr.:4$ 42 Mr. Raul J. Aguila August ll,20l7 Page2 erroneous; Kaufman Lynn did include this Page in its sealed packet. Kaufrnan Lynn responded to the Non-Responsiveness Letter directly to the City Manager Jimmy Morales on July 18, 2017. Atrue and correct copy of the "Response Letter" is attached as Exhibit 6'8." For the reasons stated below, the Procurement Department's claim of non-responsiveness is without merit. Kaufman Lynn was appropriately ranked first and should be awarded the conffact. First, conlrary to the Procurement Department's claim, the Certification Page was included with the bid. Among other things, we have enclosed herewith sworn affidavits from our client confirming that the page was included, We also have included evidence of our cliont's typical course of conduct in compiling RFP responses as well as the speci.fic protocol for compiling the response in this case. All the evidence supports the position that the page was included with our submission. Second, even if one assumes, solely for the sake of argument, that the page was not turned in, the omission is an innocent, clerical mistake that is immaterial and cannot be the basis for disqualification. Our client always intended, and attests its intent now, to comply fully with the statements in the Certification Page. Case law makes clear that an inuocent clerical error of this type cannot be the basis for disqualification of a bid. Cost Tender'p Certiflcation Pase Was Included Since its founding in 1989, Kaufinan Lynn has competed for hundreds of municipal construction projects through the request for proposal process. As one of the largest construction companies headquartered in South Florida, Kaufman Lynn has developed and maintained specific in-house processes to ensure that RFP submissions are complete and accurate. To that end, enclosed please find Exhibit ooC," Kaufman Lynn's srunmary of intemal processing safeguards and a listing of those stops taken specifically for this RFP. Attached please also find affrdavits from company employees and executives who have intimate knowledge of the RFP, and the preparation of our client's bid and state unoquivocally that the Cost Tender's Certification Page was included in the sealed RFP packet. True and correct copies of executed affidavits are attached as Exhibit '6D." According to the affidavits, the Cost Tender's Certification Page was signed on May 2,2017. It is worth noting that the copy of the allegedly ornitted Cost Tender's Certification Page that is attached to this document as part of Exhibit B is dated the same date. The date and notarization alone should be sufficient evidence that the Cost Tender's Certification Page was included with the original submission. Cost Tender's Certification Paqe Is Not Material Notwithstanding the aforementioned assuming arguendo Kaufinan Lynn did not include the Cost Tender's Certification Page the omission is a minor irregularity that must be waived by the City. Tropabest Foods Inc v. State of Florida Department of General Services,493 So. 2d 50 43 Mr. Raul J. Aguila August lL,2017 Page 3 (Fla. 1st DCA 1986)(Finding that the test for measuring whethcr a deviation in a bid is sufficientty material to destroy its competitive character is whether the variation affects the amount of the bid by giving the bidder an advantage or benefit not enjoyed by the other bidders). As attested to by Kaufman Lynn's President and CEO, notwithstanding the alleged omission, Kaufman Lynn does and always has intended to comply with the requirements of the RFP and the specific terms of the Cost Tender's Certification Page. The inadvertent omission or, in the alternative, the inadvertent misplacement by the City of the (one page) Cost Tender's Certification Page in no way altered the offer made by Kaufrnan Lynn to the City. As you may know, tho Cost Tender's Certification Page merely certifies that only the party making the proposal has an interest in the proposal, that Kaufman Lynn visited the worksite, and that Kaufman Lynn agrees to contract with the City, if selected. All proposers make the exact same commitments in various other places in their bid, regardless of the existence, misplacement, or inadvertent omission of the certification page. While a case-by-case analysis is not necessary for the purposes of this correspondence, it is important to note that the City cites to Robinson Elec, Co., Inc. v. Dade County,4lT So.Zd 1032 (Fla. 3rd DCA 1982) in support of its position. The City's reliance on Robinson is misplaced because the Court's analysis and holding actually support Kaufman Lynn's position that minor irregularities should be waived if they are immaterial. Robinsor4 states that a "variance is material if it gives the bidder a substantial advantage over the other bidders, and thereby restricts or stifles competition.' Id. A missing Cost Tender's Certification Page, whether inadvertently misplaced by Kaufrnan Lynn, the City, or otherwise, did not impact the proposal that was ultimately made to the City and does not prejudice any other parties. Case law and relevant authorities indicate definitively that an inadvertent failure to include a signature page cannot lead to disqualification. Furthermore, the remainder of Kaufman Lynn's proposal, not to mention the staff hours and expense associated with producing same, shows a clear intent to be bound to the terms submitted by Kaufman Lynn. See Cotnpaq Computer Corp. v. Dep't of Revenue,DOAH02-l72lBID- tlll 51-60, 2002WL31440728, at*7'8 (Fla. Div. Admin. Hrgs. Sept. 23,2002)(frnding that an improperly executed signature on a required form is not a material inegularity, particularly where the intent of the bidder to be bound is evident). The Third District Court of Appeal found that: There is a very strong public interest in favor of saving tax dollats in awarding public contracts. There is no public interest, much less a substantial public interest, in disqualifying low bidders for technical deficiencies in fotm, where the low bidder did not derive any unfair competitive advantage by reason of the technical omission." Intercontinental Properties, Inc. v. State Dept. of Health and Rehabilitative Services, 606 So.2d 380 (Fla. 3rd DCA 1992). !nuttt aom 44 Mr. Raul J. Aguila August ll,20l7 Page 4 In Intercontinental, the court ruled that the failure of bidders to include attachments documenting agent's authority to bind ownor did not make bid nonresponsive, ld. While not identical to the situation albay, Intercontinental, provides significant support to Kaufmari Lynn's argument that the allegedly omitted form is not a substantial deficiency. Waiver of Irresularities Again, assuming arguendo that Kaufman Lynn did not include the Cost Tender's Certification Page the City Commission has the authority under Section 2-368, City of Miami Beach Code (the "Code"), to waive "any and all inegularities" in all formal bids. Additionally, and ever more clearly, pursuant to Section 21 of the RFP solicitation documents, "the City may, at its sole and absolute discretion... waive any irregularities in this RFP, or in any responses @." Certainly, something as de minimus as an innocent, inadvertence is immaterial. The City Commission is well within its rights to waive such an insiguificant irregularity, particularly in light of the significant evidence of Kaufman Lynn's intent to be bound to all of terms submitted for consideration. Remainins Bidders Ironically, it is worth noting that, while our client's bid has no material deficiencies, the remaining bids do have significant deficiencies. If the City determines that the omission of a single page (that in no way impacts the substantive proposal offered) renders Kaufman Lynn non-responsive, there must certainly be a review of the remaining bids. Those invited to participate in the Phase II Technical Proposal portion of the RFP were Kaufman Lynn, KVC Constructors, lnc. ("KVC''), and Plaza Construction ("Plaza"). Out of the three bidders, Kaufman Lynn was ranked first by three out of the four evaluation committee members (and ranked second by the remaining member). In addition to the superior ranking, and notwithstanding the potentially omitted certification, Kaufman Lynn's proposal otherwise conformed to the RFP requirements and is in the best interest of the City. Both KVC and Plaza's responses to the RFP should be deemed non-responsive for nonconformity with the substantive RFP requirements. KVC's proposal appears to have violated the express requirements of the RFP Technical Criteria. Section 1.2 clearly states that "a minimum of three (3) passenger elevators shall be included" in the garuge. KVC's proposal only provides for two (2) elevators, as was made apparent during the July ll,20l'7 Phase II meeting. Additionally, KVC is also non-responsive for failure to comply with the Section 5.1 requirement which states that'otwo lobby spaces shall serve upper floor parking and inctude elevator and stairs." Unlike Kaufman Lynn's immaterial alleged omission of the Cost Tender's Certification Page, KVC's violations are substantive in nature and directly impact the cost of the project, and if accepted, unfairly prejudice other liut'-! :rry 45 Mr. Raul J. Aguila August Ll,20l7 Page 5 proposals that meet such requirements. Most certainly, the elimination of an elevator (as required by the RFP) decreases the cost of the project to KVC's benefit and other bidders' detriment, Plaza's proposal is also non-responsive in that its cost for the project exceeds the City's budget. The total budget for the project, as set by the City, is proposed at $23 Million dollars. Plaza's proposal came in at $23,989,390. In contrast, Kaufman Lynn's proposal came in at $22,993,896. Kaufman Lynn was required to, and did comply with the budget provided by the City. Certainly a bidder that adds almost one million dollan to a proposal has greatly impacted the technical, design and production criteria of their own project while limiting the abilities of those bidders who complied with the budgetary restraints. A proposal that would cost the taxpayers almost a million dollars more than the most qualified proposal would not be in the City's best interest. Conclusion For the aforementioned reasons, Kaufman Lynn respectfully requests that it be recommended to the City Commission for award of the contract as the most responsive and responsible bidder. We are happy to meet and discuss this matter with you at your convenience. Kaufman Lyrn's proposal was identified by the City's own evaluation committee, to be in the best interest of the City and to disqualiff Kaufman Lynn in the face of overwhelming documentation establishing immateriality while approving two other proposals that violated the city's technical, budgetary, and design criteria is ultimately harming the City, community, and taxpayers. Please note Kaufman Lynn is not waiving and hereby reserves all of its arguments, claims, and rights. Thank you for your time and attention. Sincerely, Shutts & Bowen LLP il,W'o-aML-* Alexander L Tachmes, Esq. A.ttachments MIADOCS 15t88361 5 45608,000t thutt! corn i,l1; -ll!:ilr:r: trixj-',',,1.-'-: 1l i,r 46 47 MIAMIBEACH Procurement Doporfment, I755 Merldion Avenue, 3d Floor, Micmi Booch, Florido 33139, www,miomlbeochfl.gov, 305-673.7490 July 17,2017 Kaufman Lynn Construotion, lnc, Joshua Harden 4850 T-Rex Avenue, Suite 300 Boca Raton, Florlda 33431 SENT VIA E-MAIL: iharden@kgufmanlvnn,com RE: REQUEST FOR PROPOSALS NO. 2016.204-I(8 DESIGNiBUILD SERVICES FORANEW PARKING GARAGE FACILITYAND RELATED INFRASTRUCTURE FORTHE COLL]NS PARK PARKTNG GARAGE (PHA$E il) Dear Mr. Hardenr The City has revlewed the proposal (the "Proposal")submitted by Kaufman Lynn Construction, lnc. (Kaufman), in response to the above-referenced RFP. The City finds that the Proposal submitted by Kaufman was incomplete, as it failed to comply with the ,submittal requlrements established in Addendum No, 4 to the RFP. To begln with, Addendum No, 4 exprossly notified Proposers as follows: Faiture to submit the attached Gost Tender Form shall render proposa! non.iesponsive, and sald non-responslve proposal shall not be considered by the Clty. The City's required Cost Tender Fbrm, a copy of which is attached hereto as Exhibit "1 ,' consisted of two separate sections, namely (1)Section 1 - Certification, which Proposerwas required to exeoute and notarize (the "Proposal Gertification"), and (2) Seotion 2, for the Guaranteed Maximum Price form. ln its Proposal, Proposer altogetherfailed to include the required Proposal Certifioation. A proposal oontaining a materialvariance from the RFP requirements is unacceptable. Bgbhson Electric Co, v. Da(e Coqruly, 417 So. 2d 1032(Fla 3d DCA 1982), ln determining whether a specific noncompliance constitutes a substantial, and hence nonwaivable, irregularity, the courts have applled two criteria-first, whether the effect of a waiver would be to deprive the municipality of its assurance that the contract will be entered into, perfOrmad and guaranteed according to its specified requirements, and second, whether it is of such a nature that its waiver would adversely affect competitive bidding by placing a bidder in a position of advantage over other bidders or by otherwise undermining the necessary common standard of competltion. /d, af 1034, Here, the instructions for completing the Cost Tender Form make clear that "[flailure to submit the attached 9q$.t Tender fgrm shall render [the] proposal non.responslve, and said non. responsive proposal shall not be consldored by the City." See Addendum No, 4 (emphasis in original), Moreover, a signed and executed Certification Form is nonwaivable, as tho executed Proposal Qertification is essential to, and is the very instrument bywhich, the Clty is assured thatthe contract wlll be entered into and performed according to its speclfied requirements. Further, by submitting the fully completed and executed Proposal Certiflcation, the City is further assured that the Proposal is "made falrly and ln good faith without collusion or fraud." id. 48 REQUEST FOR PROPOSATS NO. 201 6.204-KB DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PI-IASE II) Page 2 ol 2 July 13,2017 The failure to submit the fully completed and executed Certjfication Form was a material variation from the RFP that cannot be waived, as waiver of the Proposal Certlfication requirements would place Kaufman in a posltion of advantage over other bidders who, unlike Kaufman, completed and exocuted the Certification Form, agreed to the RFP terms, and attosted to its requirements, ln thls regard, all proposers were on an equalfooting and had the same opportunitles as Kaufman to read and utilizo the Proposal instructlons, and submit the Proposal Certification, fully completed and executed. As permitting a variation of the foregoing requirements after the Proposal Due Date would deprive the Clty of the assurance that the contract will be entered into ln aocordance with the RFp requirements, and would undermlne the oommon standard of competition, Kaufrnan's proposal must be rejected as non-responsive.l Should you need addltional information pertaining to matters of process or procedures, please contact Kristy Bada at (305)673-7000 ext. 6218, or e-rnail: kristybada@mlafnibeachfl,oov. Enclosures: Proposal Cover Page Cost Tender Form submitted by Kaufman Lynn, lnc, C: Rafael Granado, City Clerk FTPURC\$ALL\Sollcltatons\2016\2q19j!01:[B (RFP) DB Collins Park Garago\14 - Phaso ll\6 - Responstveness\Letter of Non" Responslvenoss - RFP 2010-204-KB ITS.SPS DBOM_KeufmanLynn,doc 1 Because the Proposal is not responslve for fallure to submit an executed and notarized Proposal Certificatlon, the City need not addross the doflciencies ln the Soction 2 Guaranteed Maxlmum price Form that separately render tho Proposal non-responslve, lncluding, without llmitatlon, the deslgnaflon of ,,NlC" (the meanlng of whlch ls not clear and was not contemplated by the RFP) in lteu of an amounl in the line itern for Site Remedlation. We orsammttld b povtdtng etaellon public seryice ond solety to ollwln hw, woil, ord ploy ln our vlbrant, troplcal, hlstoric cornnunti/, *?fflcurement Director 49 EXHIBIT 1, MIAMIffiffiAffiH City of Mioml Beqch, 1755 Meridiqn Avonue, 3'd Floor, Miomi Beqch, Florldo 33139, www,miomlbeochfl.gov PROCUREMENT DEPARTMENT Iel 305473"7490 Fox 786-394-4002 ADDENDUM NO.4 REQUEST FOR PROPOSALS NO. 2016.204.K8 DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE il) Aprll28,2017 This Addendum to the above-referenced RFP is being issued to notify you that your proposal was short-listed, to proceed with Phase ll of Request for Proposals No, 2016-204"K8 design/build services for a new parking garage facility and related infrastructure for tho Collins Park Parking Garage and to provide other clarifications and revisions issued by the Clty, The RFP is amended in the following particulars only (deletions are shown by strikethrough and addltlons are underllned), I. ATTACHMENTS: Exhibit A: Cost Tender Form Exhibit B: Sample Design Build Agreement Any questions regarding thls Addendum should be submitted ln writlng to the Procurement Department to the attention of the individual named below, wlth a copy to the City Clerk's Offics at RafaelGranado@rniamibeachfl , gov, Proposers are reminded to acknowledge receipt of thls addendum as part of your RFP submission, Potentia] proposers that have elscted not to submit a response to the RFP are requested to complete and return the 'Notice to Prospectlve Bidders" questionnaire wlth the reason(s) for not submitting a proposal, lnent Director REQUEST FOR PROPOSALS NO. 2016-20+KB DEEIGN/BUILD SERVICES FOR A NEW PARKING GAMGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COTLINS PARK PARKING GARAGE (PHASE ID 305-673-7000. ext, 621 B 50 EXHIBIT A Revised Gost Tender Form REQUEST FOR PROPOSALS NO. 2016.204.K8 DESIGN/BUILD SERVICES FOR A NEW PARKING GAMGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE II) 51 APPENDIX E ffi Cost Tender Form RFP NO . 2016-204-KB DESIGN/BUILD SERVICES FCR A NEW PARKTNG GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR IHE COLLINS PARK PARKING GARAGE PROCU REMENT DEPARTMENT I755 Meridion Avenue, 3rd Floor Miomi Booch, Florido 33139 REQUEST FOR PROPOSALS NO. 2016.204.K8 DESIGNUBUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GAMGE (PHASE II) 52 Section { - Certlflcatlon The undersignod, as Proposer, hereby declares that the only persons interested in this proposal as principal are named herein and that no person other than herein mentloned has any interest ln this proposal or in the Contract to be entered into; that this proposal is made without connection with any other person, flrm, or parties making a proposal; and that it is, in all respects, nrade fairly and in good faith without collusion or fraud, Tho Proposer fudher declares that lt has examined the site of the Work and informed ilself fully of all conditions pertaining to the place where the Work is to be done; that it has examlned the Contract Documents and all addenda thereto furnished before the opening of the proposals, as acknowledged below; and that it has satlsfled itself about the Wori< to be performed; and all other required lnfomnatlon wlth the proposal; and that this proposal is submitted voluntarily and willingly, The Proposer agrees, if this proposal is accepted, to contract wlth the Clty, a polltical subdlvlslon of the State of Florlda, pursuant to the terms and oondltions of the Conlract Documents and to furnish all necessary materials, equipment, machinery, tools, apparatus, means of transportation, and all labor necessary to conshuct and complete within the time limits speciflod the Work covered by the Contract Documents for the Project entitled: REQUEST FOR PROP0SALS (RFP) No, 2016.204"K8 DESIGN/BUILD SERVICES FOR A NEW PARKING GAMGE FACIUry AND RELATED INFMSIRUCTURE FOR THE coLlrNS PARK PARKTNG GARAGE (PHASE il) The Proposer also agrees to furnish the requlred Performance Bond and Payment Bond or altemative form of seourity, if permitted by the City, each for not less than the total proposal price plus altornates, if any, provided in the RFP Price Form in Section 00408 and to furnlsh the rogulred Certlflcate(s) of lnsurance. ln the event of arithmotical enors between the dlvlslon totals and the total base proposal ln the RFP Price Form, the Proposer agreesthatthetotalbaseproposalshallgovern, lntheeventofadiscrepancybetweenthenumericaltotalbaseproposaland the written total base proposal, the written total base proposal shall govern, ln absence of totals submltted for any division cost, the City shall interpret as no proposal for the dlvislon, whlch may dlsqualify the Proposer, Name ol Propose/s Authorlzed Represontatlve:Tltle of Proposer's Aulhorlzed Representatlue: Signature 0f Pmposefs Autroflzod Roprogontatll/8;DAtB: State of FL0R,IDA personally On this _day of 20_., appeared before me who ) stated that (s)he is the of_,a corporaflon, and that the inshument was eigned in behalf of.the said corporatlon by authorlty of its board of dlrectors and acknowledged sald lnstrument to bo lts voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires; DUM NO.4 REQUEST FOR PROPOSALS NO. 2016.204.K8 DESIGN/BUILD gERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARACE (PHASE II} 53 Section 2 - GUAMiIIEED MMIMUM PRICE REQUEST FOR PRoPoSALS (RFP) No, 2016.204-KB PHASE II DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACTLITY AND RELATED INFMSTRUCTURE FOR THE COLLINS PARK PARKING GARAGE FURTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DISCRET]ON OF THE PROPOSER ADDENDUM NO.4 REQUEST FOR PROPOSALS NO. 2016.204.K8 DESIGN/BUILD SERVICES FOR A NEW PARKING GARAGE FACILITY AND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GAMGE (PHASE ID 01 00 00 General Conditlons LS 1 $$ 01 50 00 Temporary facllitles And Controls LS 1 $$ 02 00 00 Exlsting Conditlons LS 1 $$ 02 50 00 Site Remodlatlon LS 1 $$ 03 30 00 Conorete LS 1 $$ 04 O0 00 Mansory L8 I $$ 06 50 00 Steel & Misc. Metals LS 1 $$ 05 50 00 SteelCanopies LS 1 $$ 07 10 00 watorproofing LS 1 c $ 0B 10 00 Frames, Doors, & Hardware LS 1 $$ 08 40 00 Curtalnwall/Storefront LS 1 $$ 09 20 00 Framlng & Dryantall LS I $$ 09 30 00 Tile LS I $$ 09 90 00 Palntlng & Coatlng LS 1 $$ 10 00 00 Specialtles LS 1 $$ 11 00 00 Equiprnent LS 1 $$ 12 00 00 Furnishings LS I $$ 14 00 00 Conveying System LS 1 $$ 21 00 00 Fire Suppnesslon LS 1 $$ 22 00 00 Plurnblng LE 1 $$ 23 00 00 HVAC LS 1 $$ 26 00 00 Electrlcal LS 1 $$ 27 00 00 Communicatlons LS 1 $$ 28 00 00 Safety and Security LS 1 $$ 31 00 00 Earthwork LS 1 $$ 33 00 00 Utilitles LS 1 $$ 33 00 00 Off Slte Clvil Utility lmprovements LS 1 $$ 33 00 00 Llberty Avenue Plaza (22 Sireet to 23 Street)LS 1 $$ 33 00 00 Liberty Ave, lmprovement (North of 23 Streei)LS 1 $$ 33 O0 oo 23ro St.lmprovements (Collins,Av, To Dade Blvd.)LS 1 $$ 00 00 00 Other ltems Not Mentioned Above LS 1 $$ Bonds and lnsurance LS 1 $$ Daslon Fees LS I $$ 54 ** ln the event of arithmetical errors between the division totals and the GMP , the proposer agrees that tho GMP shall govern. ANy LETTERS, ATTACHMENTS, 0R ADDITIoNAL tNFoRMAT|0N TO BE CoNSTDERED PART 0F THE PRoPoSAL MUST BE SUBMITTED IN DUPLICATE. WRITTEN TOTALT PROPOSER (Prlnt): ADDRESS: CITY/STATE: FEDEML I.D. #: NAME/TITLE 0F REpRESENTATIVE (Prlnt); SIGNED: ZIP: (l certlff that I am authorEod to oxocuto thls proposal and commlt tho proposlng flrm) REOUEST FOR FNOPOSALS NO, 20IO-2O4.KB DESIGN/BUILD SERVICES FOR A NEW PARKING GARAOE FACILITYAND RELATED INFRASTRUCTURE FOR THE COLLINS PARK PARKING GARAGE (PHASE II) 55 RFP N0. 2016-204-KB | 0ty of Miami Beach Desigrr/Build Servires for a lrlew Farkimg Garage [acility and Related lnfiastrudure for the COLL INS PARK PARKING GARAGE Step 2 lJune 29,2017 KAUI'MAN_IJNN CONSTRLTCTION Ui'ALKEIT PANKING CONSUIII\NIS 56 $EOIIEN 2- FU.AMNTEfiD MT\XIMUM I?RICH REQUE$T FoR pRoP0$ALS (RFp) No,2016.204"K8 PHA$E II OESIGNIBUILD SERVIC E$ FOR A NEW PARKING GAHACH FAOIIITY AND RELATED INIRASTRUCTURE FOR THE COLLIN8 PARK PARKINQ OARAOH FUNTHER BREAKDOWN OF LINE ITEMS INDICATED MAY BE PROVIDED AT THE DI$CRETION OF THE PROPOSER REOUEgT FOB PROPO$ALS NO. 2OIO.2O4.IG DESION/SUILM $EHVIO6$ FOR A NEW PARKNO GARAOE FACILITY ANO RIiI.ATIiD INFRA$TRUOTURE FOR THE ooluNg PARI( PARKNS AARAOE(PM9E l0 01 00 00 Genoral Conditlono LS 1 s $1,527,624 01 50 00 Temporaryfacllltles And Conhole LO 1 $$ wGc's 02 00 00 Exlstlno Conditlons L$1 $$ 528,765 02 60 00 Slte Remedlatlon L$1 $$Ntc 03 30 00 Conorete LS 1 $$ 7,160,5e0 04 00 00 Mansory LS I $$ 88,650 06 50 00 Steot & Mlec, Motals L8 1 $$ 1081324 0S 60 00 Steel Canoplee LS 1 $$2,666,963 0710 00 Waterprooflno LS 1 $$ 363,758 0B '10 00 Frames, Doors, & Hardware LS 1 $$ 45,143 0B 40 00 Gurtalnwall/Storefronf LS 1 $$ 604,000 09 20 00 Framlns & Drywall LS I $$ 244,195 09 30 00 Tile LS 1 $$N1A 09 90 00 Palntlng & Coatlng LS 1 $$ 151 ,0oO 10 00 00 $paclaltles ts 1 $$ 116,1e0 11 00 00 Equlpment LS 1 $$ 70,000 '12 00 00 Furnlshinos LS 1 $$N/A 14 00 o0 Oonveytng Syatom Lg 1 $$ 660,450 21 00 00 Flro Suppresslon LS 1 $$ 315,379 22 00 00 'Plurnblno Is 1 $$ 342,618 23 00 00 HVAC LS 1 $$ z5,ooo 20 00 00 Eleotrleal L$1 $$ 1,760,000 27 00 00 Communloatlone L8 1 $,$ w/Elootrlcal 28 00 00 $sfoty ancl Soourlty L8 1 $$ 78,000 31 00 00 Earthwork ts 1 $SwiExlsltlng Cond 38 00 00 Utilitles LS 1 $$ 2g7,ooo 38 00 00 Off Slte clvll Utlllty lmprovemonts LS 1 $$ asa,uo 33 00 00 Llberty Avenuo Plaza (22 $keet to 23 Sheot)LS 1 $$ 260,700 33 00 00 Llberty Avo, lnprovement (North of 28 Stroet)LS 1 $$ Og 00 00 23ro St,lmprovements (Colllns Av. To Dads Blvd.)LS 1 $'$ 356,330 00 00 00 othor ltoms Not Montlon0d Abovo LS ,l $$ 1,808,101 Bonds end lnsuranoe ts 1 $$ 606,866 Deslsn Foes LS 1 $$ 1,614,750 57 Alternate Facade = Add $1,032,281n* ln tho evont of arlthmetlcal oruorc botwoen tho dlvlslon totalg and the GMP , the proposer agreos that tho GMP shall govern, ANY LETTERB, ATTACHMENT$, ORADDITIONAL INFORMATION TO BE CON$IOERED PART OIi THE PROPOSAL MUST BE 8UBIVIITTED IN DUPLICATE. WRITTEN 16gg; Jwenty two millon, nl]e hundrod.nineiy thre,e thousand, elgtt hundred ninety slx FR0PO$HR (prtnt)!.,.,tufryn Lv Sl0NEDr ADDRES$I _fj9}I9 1'.119, Py1300 0ITY/$TATEI Boca Ratolr, FL zlP: 33431 FEDERAL1.p.6, 6|o0e8115 NAIVIEITITLH 0F RHPRESENTATIVE (Prlnt):Mlchael Kaufman, Presldent & CEO 0 coftfy thlt I arn aulhodred t0 Bxs0ute lhte proposnl und commlt tho proporlng llnn) REOUEST FOR PROPOSAL8 NO. 20,I6.204.IG DESICN/BUItD SERVICE$ FON A IEW PARXII.IO OAMGE FACILITYAND RETATED INFfiASTRUCTURE FOR TI.IE OOLLINB PARK FARI(ING GARAOE (PIIASE II) 58 GENERAL Thls scope is lntended to expand and/or c{arify plan lnterpretation in lnstances where the plans are ln confllct or silent, Should the plans be in confllct wlth other contract documents, thls proposal ls based on the plans belng the default, t. Thls proposals descrlptlon lncludes the followlngl Site Development of parklng structure, Constructlon of one (1 ea,) 6 story parklng garage building wlth retail shell space on the ground floor. 2. The following are excludedr Building permlts fees are included as an allowance of $400,000.00. We understand thls allowance would be applled to bulldlng permits, occupancy, connection fees, lmpact fees, etc, Bullder's rlsk insurance and deductibles, Builder's Rlsk lnsurance can be provlded for an additional $65,000, Cost of site security and/or pollce presence throughout construction duration. Cost of any and all utlllty usage and resident trash removal services to the buildlngs after substantlal completlon ls achleved. Owner Dlrect Purchase (ODP) administration and tax savings, all sales tax ls lncluded. FPL transformers, Prlmary Condults and wire, and Deposlts, CableTV/Phone equlpment and cable or phone wlre from servlce point to communlcation room(s) and cable or phone wlre from communicatlon room(s) to unlt. Flre Alarm Monltorlng Servlce Cost Water Meters, Fees and Deposits Cost relatlng to Radon Mitlgation, Commlsslonlng and/or speclal testlng englneer services, As-Bullt survey, vlbratlon monitorlng and/or vlbratlon damage to adJacent properties as a result of construction. Removal, relocatlons, and main llne lnstallatlons to bulldlng(s) polnt, lncludlng fiber optics for gas (lncludlng meter), power, phone, cable, etc, These shall be provlded by the approprlate servlce provlder. Mock up not incorporated lnto the finlsh product, Owner FF&E unless specifically addressed ln the plans and speclficatlons Removal, dlsposal, remediatlon, and premlums assoclated with unforeseen or unsultable soll condltlons, hazardous materlals, or other materials requirlng a controlled removal/disposal other than Addendum No,8 dated June21,2Q'17, Asbestos lnspections, reporting documentation and'All Clean"Certlfications, 3,This proposal ls based on of the followlng documents and plans: Request for Proposals Dated 09/16/16 by Miaml Beach Addendum 3 Dated 04/13/17 Addendum 4 Dated 04/28/17 (Phase 2 RFP) Addendum 5 Dated 06/02117 Addendum 6 Dated 06/08/17 Addendum 7 Dated 06/15/17 g. Addendum B Dated 06/21117 4, lt is anticipated that work wlll be performed durlng normal buslness hours (7O0 AM to 5:00 PM) 5. Regardlng temporary and permanent power, temporary or constructlon power will be the responsiblllty of KL ln lts entirety, On permanent power and consumption, KL is responslble for raceway only for lncomlng prlmary feed and for secondary and bulldlng power feeds complete, Once the permanent meter(s) have been lnstalled by FPL for the proJect which cost and lnstallation is an owner responslblllty and requlred for equlpment testlng, KL wlll no longer be responslble for its consumption henceforth, RFP N0.2016r04-KB - Phase ll | (ty ofMlaml Beach DEslGN/BUIl.D SERVICES IOR A NEW PARI(N6 CAfiAGE TACIlITY& RTTAIID INFRASTRU(TURE TOR THE COI.LINS PARK PABKING GAR'I6T a, c. d, 6 f. s, h. l. t. k, L n, o, p, q. a, b, c, d. e, f. 59 6, Due to the volatlle state of the constructlon market, all constructlon labor, materlals and equlpment are subJect to signlficant prlce fluctuatlon whlch ls beyond our control other than adding artlficially to the project cost through escalatlon and contlngency amounts. Resultantly, should the contract agreement not be finallzed withln 90 days after award, we must reserve our rlght to adJust/negotlate our proposed prlce based on these prlce swlngs dependant on actual start of constructlon, We most certalnly wlll do everythlng possible to offset and/or mlnimlze lncreases and will provide necessary backup documentation substantiating lncreased price, ALLOWAN(T5 Thls Proposal lncludes the following allowances, which accounts for cost of labon materlal, freight and handllng, taxes, insurance, subcontractor markup and bond premium(if appllcable): 1, Permit Fees 5+00,000 Drvrsl0N (}z-srTE w0Rl( 1 , All meters will be provided by local utllity providers, They will be purchased by the owner and installed by the contractor. DIUISI(}N 03.CONCRETE 1, No qualification DIVISION O4.MASONRY 1. No quallficatlon DlVlSl0N 05-l'IEtA[S 1, No qualification DIVISION O6.W()OD AND PTASTICS 1. No quallficatlon DIUISION OT.THTRMAT AND MOISTURE 1. No quallficatlon Dlvtsl0N 08-D00Rs & wlNDot,l|s 1, No qualification Drulst0N 09- FlNtsHEs 1. No qualification DIUISION I().SPECIALTIEs 1. No quallfications DIUISION Il.EQUIPMENT 1, Trash bins and compactors are excluded, DIVISION I2" FURNISHING 1, No qualificatlon DIVISION I3. SPECIAI CONSTRUCTION 1, No quallfication DIVISI()N I4 - (ONVEYANCE 1. (3) 35001b elevators are lncluded as Machine'Room-Less Tractlon with a travel speed of 200 fpm. DIVISI()N I5.MECHANICAI 1. No quallficatlon DIVISION 1 6"EtECIRICAt 1, No quallfication END OF CONTRA(TOR CI"ARIFICATIONS RtP N0, 2016-20+.KB - Phase ll I Clty ofMiaml Beach DESIGN/BUII.D SERVICTS TOR A NEW PANKING 6ARAGI TA(ItITY& R[LATED INTRASTRUCTUNE FON IHE COtTINs PARK PARKING GARAGE 60 61 HANS H. HUANC CHIEF LTGAL OITICER HH UANG@ KAUFMANLYNN.COM 561.886.4311 (P) s51.361,6e79 (F) ffi,ffi luly 18, 2017 .Jimmy Morales, CltY Manager City of Mlaml Beach 1700 Convention Center Drlve 4ih Floor Mlaml Beach, FL 33139 Mr. Morales, Kaufman Lynn Construction, lnc. Is in receipt of the Clty of Miaml Beach (the "City") Procurement Departments,correspondencedatedyesterdayJulylT,20lTidentifiedasa,,LetterofNon- Responslveness" and asserting that Kaufman Lynn construction's proposal in connectlon with clty RFP No.2015.20+KB("RFP,)WaSnotresponsiveandwillthereforenotberecommendedtotheCity Commissioner. As chlef Legal Offlcer, I have been asked to respond to the legal and factual allegations set forth therein as well as request reconsideration. we also respectfully request a meetlng with the clty ManagerbeforearecommendationispresentedtotheCityCommlsslonthatexcludesl(aufmanLynn consffuctlonrs proposal. Upon receipt, please contact our Vice President of Development Jeffrey Zalkln lgs;.glz,Tgsz) so ihat we may fully have an opportunity to meet and discuss the city's position' Lack of Re5oonslveness letter The Clty's procurement Department asserts that the Cost Tender Form's Certiflcation Page was rnlssing from Kaufman Lynn Constructlon's Sealed Cost Proposal and relles on the case Electric Co' v' Dade Cor|ntY,Basedonourinternalreviewandlnvestlgation,KaufmanLynnConstructlonprovldedacomplete Cost Tender Form whlch was removed from a Sealed cost Proposal envelope, read from, and relied upon as part of the technlcal proposal, presentation, and deliberations held on July tL,20t7 by the city as set forth ln section 0400 detailed in the RFP, page L8. As you are aware, the ciiy Manager's representative Davld Margnez was present during such delfierations and at that time, there was no objection that the cost Tender Form was incomplete or otherwise unresponsive. To establlsh chain of custody, enclosed please flnd a copy of our origlnalflle verslon maintalned as part of Kaufman Lynn constructlon's record keeptng process which mirrors what was included in the sealed cost Proposal envelope and required by the city. Regardless, for the reasons set forth below, l(aufman Lynn construction's Bid was responslve and must be considered for the best interest of the clty' Overvleul ' on Iuly 11, 2017, Kaufman Lynn construction partlcipated in the Phase ll Technlcal Presentation aspartoftheRFPprocess.Aspartofthepresentation,thecityreviewedtheCostTenderFormand Teclrnical Proposal. /\t that tlme, the clty, by and through four panellsts, collectively rant<ed Kaufman Lynn construction,s proposal was superlor to the other participants and in the hest lnterest of the City' ln particular, three out of four panellsts ranked l(aufman Lynn constructlon's Proposal first and BOCA RATON FORT TAUDERDATE MIAMI 4gE0 T-Rex Ave., Sulte 300 Boca Baton, FL 38431 soo r Browara Blvd,, #1710, Ft. Lauderdale, FL 33394 1200 Brlckell Ave,, #1950, Miami, FL 33131 P:561,301.6700 r F:S61,Stt,6S7g P:954'320'7022 r Fr954'320'7025 Pr786'350'1055 r F:786'623'7980 RE: cmyorrr,tlnrvrlBEACHREQUESTFoRpRoPosAtNo.20t6-204.K8 62 MR, JIh4MY L. MONALIS JuLy 18, 2017 PAoE 2 or 5 I(AT]FMAN LYNN r,6NS:TRTIMT6N accumulatively, Kaufman Lynn construction's Proposal exceeded the second ranked proposal by a slgnlflcant 10 Polnts. At no relevant time did the Clty upon the revlew and incorporatlon of the Tender Cost Form identify any deflclencies. At no relevant time during the biddlng process, phase l, or phase ll evaluation pror.ri were any deflciencies identified that rnlght give l(aufman Lynn Construction an unfair advantage over the other bldders or otherwise restrict or stifle competitton, ln other words, at the tlme of City's July LL,ZA11T deilberatlon, nothlng was deemed to unfalrly lmpact the evaluation or revlew of l(aufman Lynn Constructlon's Proposal or other bidderrs information' Any deficiency in the Cost Tender Form would have been noted during the July LL, 2a17 dellberatlon because the CostTender From was specifically hiehliehted and discussed due to the alternate fagadenotailon, Aspartofthedellberationsandpresentation,l(aufmanLynnConstructiondlscussedthe fagade and prlclng while committing to the prlcing as set forth ln the Tender Cost Form. Agaln, as part of the dellberations, the City conflrmed recelpt and applied the Cost Tender Form without noting any deflciencY. CltfME[aBer's DJlles an4 Responslbllltles pursuant to the RFp, the Clty Manager is authorlzed to recommend to the Clty Commisslon the respondent(s) he deems to be ln the best lnterest of the City. To exclude Kaufman Lynn Constructlon's proposal from the Clty Manager's review would not be in the best interest of the Clty. lnstead, the RFP hlghlights Mlaml Beach Clty Code (the "code")sectlon 2-369 which llsts relevantfactors such as abillty, .rpu.ity, and sklll. Under Code Sectlon 2-37t,ll ls the Clty Manager or clty attorney that determlnes responslveness of a proposal and not the Procurement Department. Accordlngly, Kaufman Lynn Construction hereby request the opportunity to speak with the Clty Manager as part of its request that the Clty reconslder its determlnation of lack of responsiveness' Materlalltv It ls important to note that even assumlng, arguendo, Kaufman Lynn Construction's Cost Tender Form did not include Section 1, such omission, which ls a8aln denled, lacks matertality as defined under applicable case law or otherwise as to overcome the July tL,2077 deliberatlons flndlng Kaufman Lynn construction,s proposal was ln the best lnterest of the clty. Under Florida statute, 287,0L2(261 "ReSpOnSlVe bid," "fesponslVe propOsal," Of "responslve reply" means a bid, or proposal' or feply subrnltted by a responslve and responslble vendor whlch conforms ln all materlal respects to the solicltatlon. ln thls matter, the city asserts that Kaufman Lynn construction did not certify lts conrmltment to performlng as required by the RFP, l(aufman Lynn Constructlon moets this requlrement because Section I of the Cost Tender Form was contalned ln the Sealed Cost Proposal, ln addition, Section lt of the Cost Tender Form includes a certiflcatlon whlch specificalty states, "l certlfy that I am authorized to execute this proposal and commit the proposlng firm', among other language affirmatlvely commlttlng to the proposal presented especlally in conjunction wlth the attached Contractor's Clarlflcations, Contractor's Clarlficatlons commit to the prlcing set forth ln section Il of the cost Tender Form as well as other requirements contalned in the RFP 63 MR. JIMMY L, MORAI,ES JULY 18, 201.7 PAGE 3 OF 5 and Addendums. The Phase ll evaluation and deliberations further included oral commitments that Kaufman Lynn Construction to Guaranteed Maximum Price. Further, Kaufman Lynn Constructlon will not and has not provlded any indlcatlon that it will not commit to the representations already contained in Sectlon ll, the Cost Tender Form, lts Proposal, or the Clarifications set forth thereln' lrreeularltlqs mqv be Waiyld Kaufman Lynn Construction further notes that the City has the authorlty to lvalve any and all lrregularltles in any and all formal bids per Code Sectlon 2-367 and applicable law, Even if l(aufman Lynn did not submit a one.page Proposal Certiflcation, such absence would be immaterial (a mtnor lrregularity) and is certainlywalvable. Such page has nothingto do wlth the competitive nature of the solicitatlon or place a proposersuch as l(aufman Lynn in a competitive advantage. See Harrv PPpper & Associates, lnc. v. Citv of Qape Coral, 352 So,2d 1190, 1193 (Fla, 2d DCA 1977\ ("The test for measurlng whether a devlatlon ln a bid ls sufficlently material to destroy its competltive character ls whether the variatlon affects !h.q-amount o.t-thglld br7 giving the bidder an advantase qr-benefit not enjoyed by other bidders."), This clalmed omlsslon does NOT impact the price or affect the price ln any way, lt does NOT destroythecompetltlvenatureoftheRFP'sbiddingprocess, ltdoesNOTglveoneproposeracornpetitive advantage over another proposer. And, it does NOT and did not prevent the City from making a fair comparlson of the proposals lt received , See Tropabest Foods, lnc. v, State, Dept, of General Services, 493 So,2d 50 (Fla, l't DCA 1986) (finding that although successful bidder's bld vlolated bid speclflcation the violation did not affect the price of the bid and the "purpose of competitlve bidding is to secure the lowest responslbleofferandmlnorlrregularltiescanbewaivedlneffectuatingthatpurpose.") AstheTropabest Foods Courl long maintained, llowevet, although a bld contalning a materlal varlance is unacceptable, not every devlatlon from the lnvltatlon to bld ts materlal, tt ts only materlal il it ghrcs the bldder a suhstuntial odvantage over the other hldders ond thereby restrlcts or stffles competitlott, 493 So.2d at 52. This long-standing princlple was further confirmed hy the Third District ln InterconlinentalProperties, lnc.-v, State Dept, of Heal!h.And Rehabilltative Servlces, 606 5o'2d 380,386 (Fla, 3d DCA 1992), statlng that there ls a very strong public interest in favor of saving tax dollars In awardlng public contracts. There ls no public interest, much less a substantlal publlc interest, in disqualifolng superior bidders for technlcal deficiencies in form, the superior bidder did not derive any unfair competitive advantage by reason of the technical omission, Indeed, ln lntercontingrltal Properties, the Third Distrlct stated that the bldder's fallure to attach proof of the agent's authorlty was nonconformlng and easily remedied: "This ls plainly the sort of deficlencywhichapublicagencycan,lnitsdlscretion,allowablddertocureafterthefact." ldat386-87' Hence, although a bidder cannot change its bid after bid-opening, a proposer can cure mlnor irregularltles after bld-opening. See Harrv Peoper & Assoclates, !t:r.c,, 352 So.2d at 1192 (Fla' 2d DCA 1977) (explainlng bld could not be amended post opening because the bid included the wrong brand of pumps to be installed per the specifications and there was a big difference between the pumps that impacted the sollcltation). 64 MR, JIMMY L, MoMI.Es JurY 18, 2017 PAGE 4 oF 5 .T(ATJTUANTYUy CONSTRUCTION Thg Robinson gasE gupports Kaqfman Lvnn Conslructigns Reouest for-Beconsideration The Procurement Department's reliance of the Robinson Case is misplaced. The Robinson Court, when applylng the two prongs of determining materiality, stated that a direct and intentlonal varlance of the lnstructions dld not amount to materlallty, ln Robinson, although required and set forth In dlrect contradlctlon of a government agency's written instructlons, a superlor bidderfailed to provide a bid bond and lnstead provlded a cashier's check. The Court held that the superlor bldder should have prevalled because the variance should not be deemed materlal. The lacl< of a bld bond did not deprive the munlcipality of its assurance that the contract wlll be entered into, performed. and Buaranteed accordlng to lts speclfied requirements. The Robinson Court hlghlighted the fact that tho request for bld contemplates the need for the superior bidder wlll be required to enter into an agreement as described ln the "Advertisement to Bid," Even more lmportantly, the Court determlned that a variance should only be considered material "lf it give the bldder a substantial advantage over the other bldders, and thereby restricts or stifles competltlon," ld. at 1034. The Clty has not and cannot state holv a mlsslng slgnature page glves Kaufman Lynn Construction an substantial advantage over the other bidders, especlally ln llght of the fact deliberatlons took place before any deficiency was asserted. Llke in RobinsoR, every bidder respondlng to the RFP were on equal footing during the Phase I and Phase ll evaluations and deliberatlons. Further, ln additlon to the RFP requlring the successful bidder to enter lnto, perform, and guaranty according to the speciflc requirements of the RFP, l(aufman Lynn Constructlon made commitments to perform the same by respondlng the RFP with its Proposal, lncluding a certificatlon on Section ll, verlfying its commltment as part of the oral presentatlon and dellberatlons, and set forth the commitment ln detail in its Clarification, Kaufman Lynn Construction's commltments besides those found on the missing Section lgo heyond those commitments required by appllcable law, Kaufman Lynn Constructlon's purported lack of responsiveness does not rise to the level of failing to provide a bid bond which our Courts have deemed immaterlal. Summarv of olher Relev.ant Cases Although Kaufman Lynn did submit the Section I of the Cost Tender Form, tlre City's Letter of Non- Responsiveness letter ls really much ado about nothing slnce thls deals with a minor, waivable lrregularlty. ln further support of this, ln Technlcal Sales qf Jacksonville, lnc. v Citv of Jacksonvillq, 258 So,2d 839 (Fla. 1st DCA 1972), the Flrst District held that the Clty could walve the fact that the successful bidder failed to submit a bid on the proper form contrary to the lnstructions to bldders that also requlred the bldders to note any exception to the specificatlons, whlch the successful bidder failed to do. See Qlso, e.9., Trirnble Navlgatlon Lifnited Corp, v, Deoaftment of Transportatlon, Case No, L2-385281D, 2013 WL 2395587 (DOAH May 28, 2013) (Department's decision to waive RFP's requirements for three references on letterhead did not glve proposer a competitive advantage); Sunshlne Towlne @B(oward, lnc. v, Department of Transoorlation, Case No. L0-O134BID, 2010 WL L4t7770 (DOAH April 6, 2010) (Department could walve proposer's failure to lnclude requlred occupatlonal licenses as this was a minor irregularltyh Palm Beach Countv Youth Coalition v, Palm Beach Countv Workforce Development Board, Case No, 00-t527BlD, 2000 WL 76L2t68 (DOAH October 20, 2000) (omissions ln proposer's proposal 65 I i Mn,IIMMY L, MOMLES JurY 18, 2017 PACE 5 OF 5 I(AUTMANLYNN d'ffis{ru-tri6_N includlng not providing a certification was a mlnor irregularity that should have been waived ln llght of the clrcumstans65l; prof.esslonSl centre lV, lnc, v. Department of Health and.Rehabilltative servige.s, Case No. g0-40638tD, 1gg0 wL749245 (DOAH August 6, 1990) (fallure to include certiflcatlon letter set forth ln bid submittal form could have been walved ln llght of the circumstances).1 ':Nlc" To the extent requlred, please also accept this correspondence as a response to the footnote on page 2. As clarlfied in Addendum 8, existlng and unforeseen condltions includes management of soil encountered. The GMp form includes duplicative line ltems based on Addendum 8: (1) exlsting condltlons and (2) site remediation. ln other words, line items for existing conditions includes managing alI soll encountered as affirmatlvely addressed in contractor's clariftcations (sections 2.p, and 3,g.), Accordingly, Site Remediation costs dlfferent and dlstlnct from those requlred under Addendum 8 are not included and hence ,,NlC, whlch stands for Not lncluded. Likewlse to the extent Site Remediation lnvolves Exlstlng Condltions, such costs are part of the Existing Conditions and the total GMP as clarified by Contractor's Clariflcation. Uslng the same analysls ln connectlon wlth the Section I page of the Cost Tender Form above, the use of the term "NlC" or Not lncluded ln light of Addendum B, the Tender Cost Form, and Contractor's Clarlfications should not be considered unresponsiveness' Concluslon Kaufman Lynn Constructlon trusts that the City wlll consider Kaufman Lynn Construction's factual and legalarguments and lookforward to speakingwith you in greaterdetail. Please note, we are provldlng this correspondence in response to the Clty's Letter of Non'Responsiveness and not as part of a Protest process because, among other reasons, the Inltlatlng a Bld Protest would be pre'mature at this time and Kaufman Lynn construction ls hopefulwe can avold protracted dlspute resolutlon procedures, However, Kaufman Lynn Construction is not waiving and hereby reserves its rlght to pursue all remedles available includlng protesting any award or recommendation that does not include Kaufman Lynn Construction's propor.l. As stated above, we are hopeful a rneeting between yourself and .leffrey Zalkln can take place as soon as possible and before a recommendation is provided to the Clty's Commission. ln the meantime, should you or your city attorney requlre any additional information please do not hesitate to contact me' Thank you for your tlme and attentlon. Very truly yours, [* l{ tL-._ Hans H, Huang ---( cc: vla email: Krista Bada, Krlstabada@miamibeachfl,gov Rafael Granado, RafaelG ranado@miamibeachfl'gov , Thls ls just an example of decislons ffeatlng analogous omlsslons as nothlng more than a walvable, minor lrregularity' 66 $estton'l -'Cedlflcqtlon Tha rrnOerstgnod, as Frcposel horoby deolaroe thal tho only peroons Intoteetqd ln thls proposal ao pilnolpal are namod homln and that no irercon'othor than hereln mentlonod has ony lnterost ln thls propoeal ot ln tho 0ontract to he enlered lntol that thls proposal ls mnile without oonnEotlon wlth any othor pe6on, flm, or partlet maklng n proposal) and that [t le, ln all reapeote, inaijo falrly and in good faltlr wlthout solluslon olfuud, 'the Propooorfurlhor deolares that lt has examlned the slte of the Work end lnfomed lteslf fully of all pondltlona pertalnlng t0 tho plaoo wherc iho Work ls to bo dono; thitt lt has examinod tro Contract Doounronts and all addenda thereto furnlohod bsfore the bpenlng of tho proposals, as aoknowlodged botowl and that lt haa satlsflod ltself aboutthe Woft to be poformed; and all otha r6qulred lnformatlon wlth tho proposal; and thatthls proposalls suhmllted voluntatlly and wttllngly,, The Proposeragrees, lf thls proposalls accepted, to oonttaot wittr tho Ctty, a pollfloel subdlvlslon of lhs Stats of Florlda, pursuanttb lliq teme and oondltlons of tho Contract Documents and'to furnlsh alt necgssary matedals, equlpment, maohlnary, ioolq apparatus, nreane of tranoportatlon, and all labot nasesaary to construct and oompleto vulthln tho tlme llmtts spoclflod tho Work covered by the Contraot Documents fotthe ProJeot eniltled; REQUEBT FOR PROPOSALB (RFP) ttlo,2016-204-Kts DESIGN/BUIID SERVICES IORA NEW PARKING GAMGE FACILTryAND RELATED INFRASTRUCTURE FOR THE coLlNq PARKPARKTNG CARAGE (PHA,SE rl) Iho Proposer al80 agrces tD fumioh fie requhed Performanco Bond and Paymont Hond ot alternatlve form of securlty, lf pormltteil by the cifi each folnol,leus than ths'btalptupoeal prloe plus altomates, lf any, prcvldtsd h ths RFP Prloe Form ln $eotlon 00408 and to lurnlshthe rodulred Certlf,oste(s) of ln$uran06" tn,the event of srjthmpticalerrors betweon tho dlvlelon iotals and the total,base,propoeal ih the RPF PrioE Form, the Propooer agrees thattre total hase proposal shallgovern, [n tho event of adlecrcpancy hetween the nqmorlcal htal baee prcpooal'and thi wrltton lotal base propisai,,the wr{tten total baoe proposal shall gqvom. ln nhoonno ottotals'subrnlttsd for any dlvlslon cost, tfre CIty shall lhteprot ae no propooal for tho dlvlslon, whloh may dlsquallfy tho Ftopoeer, State of personally ) ) statqd that corporatloh, end that th6 lnutrument wat elgned-ln bohalf dlreqtors and acknowledgod eald lnolrutFnt to be. lts volunl sald and of lts bosrd ot MichaelKaufman Fresldent and CEO RtsQUE6T FOR PROPO8ALS NOi EO16,2O+,KB DESIOMBUIID SERVIOEg FORA NBW PABKINO GARASE FAOILITYAND REIATED NMASTRUCTURE FOR THE COLLINS PARK FARKINO OARAGE(PHA8E II) 67 68 IftT]FMAN IYNN CONSTRUCTION INTRODUCTION The marketing department of Kaufman Lynn Construction (Kaufman Lynn) follows a set process for creating, assembling, and responding to Request For Proposals (RFPs) and Request For Qualifications (RFQS). This process is Kaufman Lynn's set procedures to ensure that proposals are compliant regarding the requirements of the RFP/RFQ. PROCESS The process of creating, assembling, and responding to a RFP/RFQ is one that is followed on all of Kaufman Lynn's submittals and was utilized in the Design/Build for a New Parking Garage Facility for The Collins Park Parking Garage (RFP No 2016-2014-KB). This process is as follows: - RFP/RFQ received by Kaufman Lynn and distributed to all involved parties. Related dates put into marketing calendar. Marketing personnel creates Kick-Off Worksheet which includes all requirements of the RFP/RFQ. Kick-off meeting is held to review Kick-Off Worksheet, Marketing sends out Responsibility Matrix based on Kick-Off Worksheet covering the complete deliverable(s). As items are completed the Responsibility Matrix is updated to reflect same. The team reviews a final draft for completeness. Once the final proposal is completed, the Marketing Manager completes a final compliance check utilizing the Responsibility Matrix ensurlng all components and forms are lncluded, MIAMI BEACH COLLINS PARK PARKING GARAGE SPECIFIC - Addendum No.3 Released Thursday April 3, 2017 Kaufman Lynn Construction received Addendum No. 3 from William Garviso of the City of Miami Beach kicking off Phase ll of the RFP process' Kick-Off Worksheet and Responsibility Matrix (Checklist) Created Upon receipt of Addendum 3, Kaufman Lynn's marketing department created a Kick'Off Worksheet and Responsivity Matrix (checklist) for all parties involved with the response to the RFP. Kick-off Meeting The Kaufman Lynn team attended the Pre-Submittal Meeting held by the Clty on Tuesday, April 25 and we as a team held our "kick-off" meeting a few hours after that on the same day and reviewed the Kick-Off Worksheet and assigned tasks and deadlines for the Responsibility Matrix, Update Meetings As part of the process we held on-going status meetings to review progress and update the Responsibility Matrix. BOCA BAION 4850 I-Bex Ave,, Suite 300, Boca Baton, FL 33431 P: 561,361.6700 r F: 561.361.6979 FOBT LAUDERDATE 500 E Broward Blvd,, #1710, Ft. Lauderdale, FL 33394 P:954.320.7022 r F: 954.320.7025 MIAMI 1200 Brickell Ave., #1950, Miami, FL 33131 P: 786.350.1055 r F:786,523.7989 69 I(AUFMAN IJNN C(TNSTRI.:CTION Addendum 4 On Friday April 28, 2017, Addendum No. 4 was received and the matrix was subsequently updated to reflect the new requirements and forms on Monday, May 1st. On Tuesday, May 2nd, Sectionl of Exhibit A and Exhibit B (Sample Agreement) were printed. Exhibit B was left with legal for review and two copies of Section 1 of Exhibit A were given to the executive assistant (Lynn Almeida) for processing by the President/CEO (Michael Kaufman). Both copies were signed by President/CEO, Michael Kaufman, and notarized by Lynn Almeida. The copies were then returned to marketing specialist, Kathleen Bernard, Kathleen stored both files in the proposal response folder until June 28th when the proposal was bound for review and submission. Additional Addendums For Addendums 5-8 each were received and the Responsibility Matrix updated as needed. Review Before submitting on Thursday, June 29th the book underwent a thorough review by our "Red Team" to check for compliance and responsiveness on Wednesday, June 28th. The Red Team is responsible for ensuring all of the RFP/RQ requirements are met prior to submission. Then on June 29th the Marketing Manager reviewed the proposal for compliance prior to sealing and then were placed in to a box and sealed for submission. At that point Kaufman Lynn's response was delivered to the City, 70 71 AFFIDAVIT OF KATHI,EEN BERNARI) STATE OII FLORIDA COUNTY OF PALM BEACH Kathleen Bernard hereby submits this afficlavit in the above-captioned matter after being duly sworn stating the following: 1. I am the Marketing specialist for Kaufman Lynn construction, Inc' 2. As part of my role as Marketing Specialist, I provide research, compile information, collect information, draft documents including responses to requests for proposals or requests for qualifications, as well as organize and compile such responses, among other responsibilities. I have been involved with over ten (10) proposals associated with construction projects for various government agencies and municipalities. 3. I make this affidavit in conneotion with the City of Miami Beach's ("City's") Request for Proposal No. 2016-204-KB' 4. As part of my role as Marketing Specialist, I received the City's Addendum No' 4 which contained an Exhibit,oA,, (,,Addendum Exhibit,'). The Addendum Exhibit was comprised of Section 1, a certification form, and Section'2,the Guaranteed Mru<imum Price form' The Addendum Exhibit required Kaufman Lynn Construction, Inc.'s CEO and President, Michael Kaufman, to execute both sections. 5. on May 2,2Ol7,as part of the typical procedures at Kaufman Lynn Construction' Inc.,I forwarded two copies of the Addendum Exhibit for Mr' Kaufman's signature and left them with his assistant, LYnn Almeida. 6. It is Ms. Almeida,s job to obtain and notarize Mr. Kau&nan's signature for any documents requiring such execution' 7. Later that day, I specificatly recall receiving two executed and notarized copies of the Addendum Exhibit from Ms. Almeida. As with other projects, I kept the two sets of documents at my desk until Kaufman Lynn Construction, Inc. finalized and packaged the documents in a sealed enveloPe. 8. Kaufrnan Lynn Construction, Inc.'s standard processes and procedures requires that Marketing Manager Alexandra Brown review all project documents, tesponses, and ) ) ) 72 information for compliance before delivery to govemment agencies or municipalities. Ms. Brown performed the review in the response to the RFP' g. After Alexandra Brown's compliance review, I specifically recall that I packaged the signed and notarized Addendum Exhibit in an envelope, sealed the envelope, and placed the sealed envelope in a specified binder containing the original response to the City's Request for Proposal. 10. I directly handed the box containing the specified binder and thereby the sealed envelope (which contained one full set of the Addendum Exhibit), among other binders, to a City representative on the morning of June Zg,2Ol7,the day the proposals were due' 11. On July l!,2017,I attended the City's deliberations and specifically recall that when the contents of the envelopes were reviewed from all proposers, each envelope appeared to already be open. In other words, I do not recall on July 1 !, 2Ol7 , that any of the envelopes were sealed at the time the contents were removed. lZ. During the July l l, 20t7 deliberations, I recorded the City's seleotion committee's discussions until scoring began. 13. During the July 11, 2017 deliberations, the City paid close attention to the contents of each bidder's envelope and information contained in each Addendum Exhibit specifically asking and clarifying pricing and scope information. 14. At no relevant time did any individual indicate Kaufman Lynn Construction, Inc.,s proposal was incomplete, insufficient, lacked specificity regarding scope or pricing, or lacked responsiveness. The contents of the envelope did not appear to be missing based on my observations. 15. For example, I recall Procurement Department staff member, Kristy Bada handling the contents of the envelope containing the Addendum Exhibit and made specific observations. In one instance she texted someone using her cell phone and then left the room; and upon return, explained to David Gomez that her text involved a question regarding the information contained in Kaufman Lynn's envelope. Further, upon the conclusion of deliberations, one of the selection committee members specifically asked Ms. Bada what the particular question was. She responded that she needed clarification regarding how to treat the alternative pricing and scope information for the second option provided by Kaufman Lynn contained therein. At no relevant time during this entire exchange did she (nor others) indicate any deficiencies or grounds to disqualiff Kaufman Lynn Construction, Inc' -2- 73 16. Upon return to Kaufman Lynn Construction, [nc.'s offtce, I do not recall finding any extra or misplaced documents that should have been included in tlie sealed envelope' 1,7 . Upon receipt of the City's letter of non-responsiveness, I thoroughly checked my desk and our marketing department offices and did not find any extra or misplaced documents that should have been included in the sealed envelope' lg. I affirm that I placed one set of the complete Addendum Exhibit in a sealed envelope and handed such envelope to a representative ofthe City on June 29, 2017 ' I hereby declqre, certify,or state, under penalty of periury, that the foregoing is true and correct. Executed on , 2017. FURTHER AFFIANT SAYETH NAUGHT. S.TATE OF COUNTY OF instrunent{acknowledged before me this LUr",fu$Af'017 bv She is ( vi personally known to me or ( ) has produced V as Commission No.: My Commission ExPires: I LvnnAhnsldai dvCommloolonOO0.l858E' Eipinus 08104/2020 MTADOCS 15210994 I 45608.0001 -3- 74 75 AF'F'IDAVIT OF LYNN ALMEIDA STATE OF FLORIDA COUNTY OF PALM BEACH Lynn Almeida hereby submits this affidavit in the above-captioned matter after being duly swom stating the following: 1. t am the Executive Assistant for Kaufman Lynn Construction, Inc. In addition to being an Executive Assistant, I am a Notary Public pursuant to Chapter 117 of the Florida Statutes. 2. As part of my role as Executive Assistant, I assist the company's CEO President Mike Kaufmarq including preparing and finalizing documents for his review signature as well as notarizing his signature when required. 3. I make this affidavit in connection with the City of Miami Beach's ("City's") Request for Proposal No. 2016-204-KB. 4. As part of my role as Executive Assistant, on May 2, 2017 ,l received two copies of documents from Kathleen Bemard, Kaufman Lynn Construction, Inc.'s Marketing Speeialist. These documents inoluded two copies of the Cost Tender's Certification Page, which were provided to Mr. Kaufman for his review and signature. Upon Mr. Kaufman's signature and my notarization on Section I, I returned the forms to Kathleen Bernard. 5. I specifically recall Mr. Kaufman signing two copies of the Cost Tender's Certification on May 2,2017, I also notarized his signature twice on the same date. 6. I specifically recall delivering two executed and notarized documents (Exhibit "A") to Ms. Bernard, I hereby declare, certify ol state, under penalty of perjury, that the foregoing is true and ) ) ) and and c o rr e c t. Ex e cu t e dr, -AUl6Ll 2017, 76 FURTHER AFFIANT SAYETH NAUGHT. STATE OF FLORIDA o{orARY SEAL) @ ffi Notarry Public, State of Florida Print Name: [Jle t, da lY] rrrrr" -',' ) ) ) The foregoing instrumentrwas acknowledged before me this Q day of -lzafi by : H;ilI fp.;;;iry knorir to me or ( ) has produced T us Commission No.: My Commission Expires: ALMEIDA aMIADOCS 15211097 I 45608.0001 77 AFFIDAVIT Or JETFBEY ZALKIN STATE OF FLORIDA ) ) COUNTY OF PALM BEACH ) Jetfery Zalkin hereby submits this affidavit in the above-captioned matter after being duly swom stating the following: 1. I am the Vice President of Development for Kaufman Lynn Construction, Inc. 2. As part of my role as Vice President of Development, I oversee all construction pursuits and proposals involving the public sector such as for governments, cities, ffid mgnicipalities. I have held similar positions with various companies for over 18 years. 3. I make this affidavit in connection with the City of Miami Beach's ("City's") Request for Proposal No. 2016-204-KB. 4. I worked with various departments including operations, development, and marketing to compile and review the information and documents responsive to the City's Request for ProPosals. 5. Enclosed as Exhibit o'Co'to the conespondence provided by our outside counsel, is an accurate sunmary of Kaufman Lynn Construction, lnc.'s intemal processes and procedures when responding to requests for proposals similar to the City's. Those procedures were complied with in responding to the RFP. 6. As the Vice President of Development for Kaufman Lynn Construction, Inc., part of my responsibility is to ensure the company has sufficiently reviewed, responded to, and committed to proposals submitted in response to a request for proposal' 7. On June 28, 21017, as part of the review of the proposal for responsiveness, I found the RFp packet to be complete. This included the Cost Tender Certification Page (Section 78 1 and Section 2), which was properly executed and included in a separate envelope. Section 1 was also notarized as required. on June 28, 2017, the sealed documents including the Cost I hereby declare, certify or state, under penalty of periury,that the foregoing is true and correct. Executed on fr,,tl rr94 8. I affirm that upon compilation of the documents envelope that was provided to the city included all required Tender,s Certification Page that was executed and notarized. 2017. FURTHER AFFIANT SAYETH NAUGHT. STATE OF COI.INTY OF ir,rpQ:ument was lSrJ. He is (2017 by n1go N Commission No.i My Commission MTADOCS 15210938 I 45608.0001 -2- 79 EXHIBIT C 80 T(AUFMAN LYNN CO:\STRUCTION INTRODUCTION ffre mart<eting department of Kaufman Lynn Construction (Kaufman Lynn) follows a set process for creating, assembling, and responding to Request For Proposals (RFPs) and Request For Qualifications (RFes). This process is Kaufman Lynn's set procedures to ensure that proposals are compliant regarding the requirements of the RFP/RFQ. PROCESS ff* pio..rr of creating, assembling, and responding to a RFP/RFQ is one that is followed on all of Kaufman Lynn's submittals and was utilized in the Design/Build for a New Parking Garage Facility for The Collins Park Parking Garage (RFP No 2016.2014-KB). This process is as follows: - RFP/RFQ received by Kaufman Lynn and distributed to all involved parties. - Related dates put into marketing calendar. - Marketing personnel creates Kick-Off Worksheet which includes all requirements of the RFP/RFQ. - Kick-off meeting is held to review Kick-Off Worksheet. - Marketing sends out Responsibility Matrix based on Kick-Off Worksheet covering the complete deliverable(s).- As items are completed the Responsibility Matrix is updated to reflect same. - The team reviews a final draft for completeness. - , Oncg the .final proposal is completed, the Marketing Manager completes a final compliance check utilizing the Responsibility Matrix ensuring a[l components and forms are included. MrAMr BFACH COLLINS PARK PARKING GARAGE SPECIFIC - Addendum No.3 Released Thursday April 3, 2017 Kaufman Lynn Construction received Addendum No. 3 from William Garviso of the city of Miami Beach kicking off Phase ll of the RFP process. - Kick-Off Worksheet and Responsibllity Matrix (Checklist) Created Upon receipt of Addendum 3, Kaufman Lynn's marketing department created a Kick-Off Worksheet and Responsivity Matrix (checklist) for all parties involved with the response to the RFP. Kick-off Meeting The Kaufman Lynn team attended the Pre-Submittal Meeting held by the City on Tuesday, April 25 and we as a team held our "kick-off' meeting a few hours after that on the same day and reviewed the Kick-Off Worksheet and assigned tasks and deadlines for the Responsibility Matrix. Update Meetings As part of the process we held on-going status meetings to review progress and update the Responsibility Matrix. BOCA BAION 4850 I-Rex Ave., Suite 300, Boca Raton, FL 33431 P: 561 .36i.6700 r F; 561 ,361 .6979 FORT LAUDERDALE 500 E Broward Blvd., #1710, Ft. Lauderdale, FL 33394 P:954,320.1022 r F: 954,320.7025 MIAM! 1200 Brickell Ave., #1'950, Miami, FL 33131 P: 786,350.1055 r F:786.523'7989 81 KAUTMAN TJNN C0NSTRI,CTIO],{ Addendum 4 On Friday April 28, 2017, Addendum No. 4 was received and the matrix was subsequently updated to reflect the new requirements and forms on Monday, May 1st. On Tuesday, May 2nd, Sectionl of Exhibit A and Exhibit B (Sample Agreement) were printed. Exhibit B was left with legal for review and two copies of Section 1 of Exhibit A were given to the executive assistant (Lynn Almeida) for processing by the President/CEo (Michael Kaufman). gotl"r copies were signed by President/CEO, Michael Kaufman, and notarized by Lynn Almeida. The copies were then returned to marketing specialist, Kathleen Bernard. Kathleen stored both files in the proposal response folder until June 28th when the proposal was bound for review and submission. Additional Addendums For Addendums 5-8 each were received and the Responsibility Matrix updated as needed. Review Before submitting on Thursday, June 29th the book underwent a thorough review by our "Red Team" to check for compliance and responsiveness on Wednesday, June 28th. The Red Team is responsible for ensuring all of the RFP/RQ requirements are met prior to submission. Then on June 29th the Marketing Manager reviewed the proposal for compliance prior to sealing and then were placed in to a box and sealed for submission. At that point Kaufman Lynn's response was delivered to the City. 82 83 Ar'FIpAVIT qF ALEXANDRA BRO\\|N STATE OF FLOzuDA COTINTY OF PALM BEACH Alexandra Brown hereby submits this affidavit in the above-captioned matter after being duly sworn stating the following: 1. I am the Marketing Manager for Kaufman Lynn Construction, Inc. I have been working with Kaufman Lynn Construction, Inc. in that position for seven (7) years' Z. As part of my role as Marketing Manager, I provide oversight and ieview of responses to requests for proposals, including verification that Kaufman Lynn Construction, lnc. complies with requests substantively and procedurally. I have been involved in the production and review of responses to Requests for Proposals associated with construction projects for various government agencies and municipalities for nearly 20 years. 3. I make this affidavit in connection with the City of Miami Beach's ("City's") Request for Proposal No. 2016-204-KB' 4. As part of my role as Marketing Manager, I reviewed the Request for Proposals and all subsequent Addenda, noting all response requirements. 5. I collaborate with various departments and individuals within Kaufman Lynn Construction, Inc. including estimating, operations, and marketing. I recall specifically that Kaufinan Lynn Construction, Inc.'s proposal, including pricing and cost information, was reviewed by the company's CEO and President, Michael Kaufman, among other members of the company's senior and executive teams. 6. Enclosed as Exhibit "C" attached to the correspondence provided by our outside counsel, is an accurate summary of Ifuufman Lynn Construction, Inc.'s internal processes and procedures when responding to requests for proposals similar to the Crty's. Those processes and procedures were followed in the response to the RFP. 7. I supervised Kathleen Bernard, Kaufman Lynn Construction's Marketing Specialist, who was coordinating the overall preparation of the proposal, tracking progress on completion of the various proposal sections, and compilation of the company's proposal in its final form. ) ) ) 84 g. On June 28,2017, as part of the typical procedures at Kaufman Lyrur Construction, [nc., I reviewed the proposal for responsiveness priol to assembly. I verified that the Cost Tender's Certification Page, provided with Addendum 4, was properly executed and seaied in a separate enveloPe. g. On the moming of June 29,2Ol7 I performed a final review and verified that Kaufman Lynn Construction's responses complied with all requirements including: (1) inclusion of the correct number of copies of proposals; (2) inclusion of a clearly marked original; (3) inclusion of an electronic version of the proposal on a CD; and ( ) inclusion of a completed Cost Tender Form sealed in an enveloPe. 10. I affirm that based upon my review of Kaufman Lynn Construction, Inc.'s proposal, a fully executed certification f'orm was included and placed in an envelope that was sealed and delivered to the CitY. under penalty of periury, that the foregoing is true and , 2017. FURTHER AFFIANT SAYETH NAUGHT. I hereby declare,.certify or stalet correct. Executed on . , t t; U\-L '2 STATE OF COI.INTY OF My Commission Expires: PrintName: MIADOCS 1521 I 113 I 45608.0001 a 85 EXHIBIT C 86 KAUFMAN LYNN CONSTIlUCTION BOCA RAION 4850 T-Bex Ave., Suite 300, Booa Baton, FL 33431 P: 561,361,6700 r F: 561,351,6979 FORI LAUDEBDALE 500 E Broward tslvd., #1710, Ft. Lauderdale, FL 33394 P:954.320.7022 r F: 954.320,7025 MIAMI 1200 Brickell Ave., #1950, Miami, FL 33131 P:786,350.1055 r F: 786.523,7989 INTRODUCTION The marketing department of Kaufman Lynn Construction (Kaufman Lynn) follows a set process for creating, assembling, and responding to Request For Proposals (RFPs) and Request For Qualifications (RFQs). This process is Kaufman Lynn's set procedures to ensure that proposals are compliant regarding the requirements of the RFP/RFQ. PROCESS The process of creating, assembling, and responding to a RFP/RFQ is one that is followed on all of Kaufman Lynn's submlttals and was utilized in the Design/Build for a New Parking Garage Facility for The Collins Park Parking Garage (RFP No 2016-2014-KB)' This process is as follows: - RFP/RFQ received by Kaufman Lynn and distributed to all involved parties. - Related dates put into marketing calendar. - Marketing personnel reates Kick-Off Worksheet which includes all requirements of the RFP/RFQ, - Kick-off meeting is held to review Kick-OffWorksheet. - Marketing sends out Responsibility Matrix based on Klck-Off Worksheet covering the complete deliverable(s). - As items are completed the Responsibility Matrix is updated to reflect same. - The team reviews a final draft for completeness. - Once the final proposal is completed, the Marketing Manager completes a final compliance check utilizing the Responsibility Matrix ensuring all components and forms are included. MtAMr qEACH COLLINS PARK PARKING GARAGE SPECIFIC - Addendum No.3 Released Thursday April 3, 2017 Kaufman Lynn Construction received Addendum No. 3 from William Garviso of the City of Miami Beach kicking off Phase ll of the RFP process. Kick-Off Worksheet and Responsibility Matrix (Checklist) Created Upon receipt of Addendum 3, Kaufman Lynn's marketing department created a Kick-Off Worksheet and Responsivity Matrix (checklist) for all parties involved with the response to the RFP. Kick-off Meeting The Kaufman Lynn team attended the Pre-Submittal Meeting held by the City on Tuesday, April 25 and we as a team held our "kick-off' meeting a few hours after that on the same day and reviewed the Kick-OffWorksheet and assigned tasks and deadlines for the Responsibility Matrix. Update Meetings As part of the process we held on-going status meetings to review progress and update the Responsibility Matrix. 87 KAUFMAN I,YNN (.IONSTRU(ITION Addendum 4 On Friday April 28, 2017, Addendum No. 4 was received and the matrix was subsequently updated to reflect the new requirements and forms on Monday, May lst. On Tuesday, May 2nd, Sectionl of Exhibit A and Exhibit B (Sample Agreement) were printed. Exhibit B was left with legal for review and two copies of Section 1 of Exhibit A were given to the executive assistant (Lynn Almeida) for processing by the President/CEo (Michael Kaufman). Both copies were signed by President/CEO, Michael Kaufman, and notarized by Lynn Almeida, The copies were then returned to marketing specialist, Kathleen Bernard. Kathleen stored both files in the proposal response folder until June 28th when the proposal was bound for review and submission, AdditionalAddendums For Addendums 5-8 each were received and the Responsibility Matrix updated as needed. - Review Before submitting on ThursdarT, june 29th the book underwent a thorough review by our "Red Team" to check for compliance and responsiveness on Wednesday, June 28th. The Red Team is responsible for ensuring all of the RFP/RQ requirements are met prior to submission. Then on June 29th the Marketing Manager reviewed the proposal for compliance prior to sealing and then were placed in to a box and sealed for submission. At that point Kaufman Lynn's response was delivered to the City. 88 89 AFFIDAVIT OF MICIIAEL KAIJF'MAN STATE OF FLORIDA COUNTY OF PALM BEACH Michael Kaufman hereby submits this affidavit after being duly sworn stating the following: 1, I am the President and Chief Executive Officer of Kaufman Lynn Construction, Inc. and have held those positions for 28 years. 2, I make this affidavit in connection with the City of Miami Beach's ("City's") Request for Proposal No. 2016-204-KB (Collins Park Garage). 3, It is and has always been the intent of Kaufman Lynn Construction, Inc. to comply with the terms of the Cost Tender's Certification Page (the "Certification"). I hereby state unequivocally that Kaufman Lynn Construction, Inc. will comply with the terms of the Certification, At the time we submitted our bid in response to the RFP, and all other relevant times, Kaufman Lynn Construction, Inc. intended to comply with the Certification. 4. I was provided Kaufman Lynn Construction, Inc.'s proposal response (including two copies of Addendum 4, Exhibit A, Sections 1 and 2) for Phase II of the Miami Beach Collins Park Parking Garage by my assistant, Lynn Almeida on Tuesday, May 2,2017 for my review and signature, 5, I signed both copies of the proposal on May 5,2017, in the presence of Lynn Almeida for notarization. A true and correct copy of the executed Cost Tender's Certification page that was provided with the original submission is attached to the Affidavit as Exhibit'08," ) ) ) 90 6. Kaufinan Lynn Construction, Inc.'s internal procedures in responding to RFP's are attached hereto as Exhibit "C." These procedures are followed with every RFP response and these same procedures have been in effect for at least the past four years of operation. 7. The procedures outline in Exhibit C were followed in Kaufman Lyrur Construction, Inc.'s responso to the RFP. I hereby declare, certify or state,under penalty of perjury, that the foregoing is true and correct. Executed on 2017. FURTHER AFFIANT SAYETH NAUGHT. STATB OF FL COLTNTY OF ) ) ) Commission No.: My Commission Expires: MTADOCS 15211836 I 45608.0001 .) 91 EXHIBIT B 92 $retlon'l - Ceftlflcation The undorolgnod, qo Proposer, herehy deolaros thatthe only per6orl0 htorosted ln thla proposal ae pilnolpal are namod hoLoln and that n0 person othot than heroln msntlonod has any lntoroot ln thls proposal or ln tho 0onfaot h he entered ln{ol that thlo proposal ls mado wlthout oonneotlon wlth ony othor poroon, flrm, or partlea maklng a proposal and that it ls, ln all raopeote, mado falily and ln good falth wlthout oolluslon of fraud, Tha. Ptopooerlurihot doolaroe th.at lt hae oxaminod the slto of tho Work and lnlormed lteolf fully of all pondltlona prtalnlng to tho plaoe whote'the Work Is to he dono; thrit lt has oxamlned ihe Contraot Docurnents and all adddnda theroto fumlshed bpforo the oponlng of tho pmpOsala, as acknowlodged bolow; and that lt has aatlsflod ltsolf about the Work to he pefomedi and all other regulrod lnformaton wtflrthe prop.osal; and that thh propoeal is suhmlttod voluntarJly and witllngly,. Tho Propoeer agteas, if thle proposaf ls aceepted, to oontmot with tho CIt6 a pollfloal subdlvlsbn of tho State of Florlda, pursuant fo thq terme and condlt[one. of the Contraot Doouments and'lo furnlsh all necessary matedals, equlpmen( maohlnery, toolsl apparatus, means of transpoflatlon, and alllabor neeesaatyrto csnstruci and complotowlthin ffro tlme tlmltsspeclflod the Work covered by the 0ontraot Documents forthe Pro.leot entltled: D ES T G N/B U rtD s E RVT c ES tr ff fi Hfi,'J^[ffilif 3ffi6E tffi ilil,ii,il frliiffi T N FMsTRu oTu RE F oR TH E coLLlNS PARK pARKrNc oARAGE (PHASE lt) The Proposor also agreos to furnish iho requlred Porformance Bond and Payment Bond or altornatlve form of seourlty,lf pormltted by theCliy, each for nst.less than th,sbtal ptoposal prlce plus attomates, lf a[y, provlded tn the RFP Prlce Form ln Sectlon 00408 and to furnlshthe roqulred Corllflcqto(e) of lnsurancs. ln ,tho event ol arlthmstloal ercrr bctween tho dlvlslon totals and the lotal haoo,prposal ln tho RFP Prloe Fom, tlio Propeor agroas hatthe total base propoml shallgovern, ln the oventof a dlsompancy botwesn ihe nqmerloaltotal bsce proposalnnd lhs wrltten htal haso proposal tho wdtton tohl baoo proposal shall gqvorn. ln ahsenqs of totale'sutrmttted fot any dlvlsion coa[ the CIty ehall lntepret ae no propoeal for the dlv]shn, whloh may dlsqUallfl tho ProBqsor, State of personally ) stated that of lh board of REqUEET FOR'PROPOSALS NOi 20{O"2OA.KB DESIOI'UBUIID 8ERVICE9 FOR A NEW PARKING EARAGE FAOILITY AND REI"ATED 'NFRA8TRUCTURE FOR THE COI1INS PAFK FARKINO 'iARAOh (PHA8E It) Michael Kaufman Presldent and CEO corporatlon, and thatlhe Imtrument was dlteqlsrs and scknowledgod sald Inrfulfflnt 93 EXHIBIT C 94 TGUFMAN IYNN COI{STRUCTION INTRODUCTION The marketing department of Kaufman Lynn Construction (Kaufman Lynn) follows a set process for creating, assembling, and responding to Request For Proposals (RFPs) and Request For Qualifications (RFQs), This process is Kaufman Lynn's set procedures to ensure that proposals are compliant regarding the requirements of the RFP/RFq. PROCESS The process of creating, assembling, and responding to a RFP/RFQ is one that is followed on all of Kaufman Lynn's submittals and was utilized in the Design/euild for a New Parking Garage Facility for The Collins Park Parking Garage (RFP No 2016-2014-KB), This process is as follows: - RFP/RFQ received by Kaufman Lynn and distributed to all involved parties. Related dates put into marketing calendar. Marketing personnel creates Kick-Off Worksheet which includes all requirements of the RFP/RFQ, Kick-off meeting is held to review Kick-Off Worksheet. Marketing sends out Responsibility Matrix based on Kick-Off Worksheet covering the complete deliverable(s). As items are completed the Responsibility Matrix is updated to reflect same. The team reviews a final draft for completeness. Once the final proposal is completed, the Marketing Manager completes a final compliance check utilizing the Responsibility Matrix ensuring all components and forms are included. MIAMI BEACH COLLINS PARK PARKING GARAGE SPECIFIC - Addendum No.3 Released Thursday April 3, 2017 Kaufman Lynn Construction received Addendum No. 3 from Williarn Garviso of the City of Miami Beach kicking off Phase ll of the RFP process. Kick-Off Worksheet and Responsibility Matrix (Checklist) Created Upon receipt of Addendum 3, Kaufman Lynn's marketing department created a Kick-Off Worksheet and Responsivity Matrix (checklist) for all parties involved with the response to the RFP. Kick-off Meeting The Kaufman Lynn team attended the Pre-Submittal Meeting held by the City on Tuesday, April 25 and we as a team held our "kick-off' meeting a few hours after that on the same day and reviewed the Kick-Off Worksheet and assigned tasks and deadlines for the Responsibility Matrix. Update Meetings As part of the process we held on-going status meetings to review progress and update the Responsibility Matrix. BOCA RATON 4850 T-Bex Ave,, Suite 300, Boca Baton, FL 33431 P: 561.361,6700 r F: 561.361,6979 FOBT TAUDERDALE 500 E Broward Blvd,, #1710, Ft. Lauderdale, FL 33394 P:984.320.7022 r F: 954.320.7025 MIAMI 1200 Brickell Ave,, #1950, Miami, FL 33131 P: 786.350,1055 r F: 786.523.7989 95 I(AI.IFMAN I]TNN (]OTiSTRI;CTI0:{ Addendum 4 On Friday April 28, 2017, Addendum No. 4 was received and the matrix was subsequently updated to reflect the new requirements and forms on Monday, May 1st. On Tuesday, May 2nd, Sectionl of Exhibit A and Exhibit B (Sample Agreement) were printed. Exhibit B was left with legal for review and two copies of Section 1 of Exhibit A were given to the executive assistant (Lynn Almeida) for processing by the President/CEO (Michael Kaufman). Both copies were signed by President/CEO, Michael Kaufman, and notarized by Lynn Almeida. The copies were then returned to marketing speciplist, Kathleen Be.rnard. Kathleen stored both files in the proposal response folder until June 28th when the proposal was bound for review and submission. Additlonal Addendums For Addendums 5-8 each were received and the Responsibility Matrix updated as needed. Review Before submitting on Thursday, June 29th the book underwent a thorough review by our "Red Team" to check for compliance and responsiveness on Wednesday, June 28th. The Red Team is responsible for ensuring all of the RFPIRQ requirements are met prior to submission, Then on June 29th the Marketing Manager reviewed the proposal for compliance prior to sealing and then were placed in to a box and sealed for submission. At that point Kaufman Lynn's response was delivered to the City. 96 HAN5 H. HUANG CHIEF LECAL OFFICER H HUANG@ KAUFMANLYNN.CO[4 s61,886.4311 (P) s51.361.6e7s (F) )ulv t8,20t7 Jimmy Morales, CitY Manager City of Miami Beach 1700 Convention Center Drive 4th Floor Miami Beach, FL 33139 RE: Mr. Morales, Kaufman Lynn Construction, lnc. is in receipt of the City of Miami Beach (the "City") Procurement D€partments' correspondence dated yesterday July 17, 2OL7 identified as a "Letter of Non- Responsiveness" and asserting that Kaufman Lynn Construction's proposal in connection with City RFP No. 201G-204-KB ("RFP') was not responsive and will therefore not be recommended to the City Commissioner. As Chief Legal Officer, I have been asked to respond to the legal and factual allegations set forth therein as welI as request reconsideration. We also respectfully request a meeting with the City Manager before a recommendation is presented to the City Commission that excludes Kaufman Lynn Construction's Proposal. Upon receipt, please contact our Vice President of Development Jeffrey Zalkin (954.812.7852) so that we may fully have an opportunity to meet and discuss the City's position. lack of Resoonslveness Letter The City's Procurement Department asserts that the Cost Tender Form's Certification Page was missing from Kaufman Lynn Construction's Sealed Cost Proposal and relies on the case Elggldc Co.-V-Dade County. Based on our internal review and lnvestigation, Kaufman Lynn Construction provided a complete Cost Tender Form which was removed from a Sealed Cost Proposal envelope, read from, and relied upon as part of the technical proposal, presentation, and deliberations held on July 11., 2077 by the City as set forth in Section 0400 detailed in the RFP, page 18. As you are aware, the City Manager's representative David Martinez was present during such deliberations and at that time, there was no objectlon that the Cost Tender Form was incom.plete or otherwise unresponsive, To establish chain of custody, enclosed please find a copy of our originalfile verslon maintained as part of Kaufman Lynn Construction's record keeping process which mirrors what was included in the Sealed Cost Proposal envelope and required by the City. Regardless, for the reasons set forth below, Kaufman Lynn Construction's Bid was responsive and must be considered for the best interest of the city. Overvlew OnJuly 11,2017, Kaufman Lynn Construction participated in the Phase llTechnical Presentation as part of the RFP process. As part of the presentation, the city reviewed the Cost Tender Form and Technical proposa[. At that time, the City, by and through four panelists, collectively ranked Kaufman Lynn Construction's Proposal was superior to the other participants and in the best interest of the City. ln particular, three out of four panelists ranked Kaufman Lynn Construction's Proposal first and BOCA BATON FORT LAUDEBDALE MIAMI 4850 T-Bex Ave., Suite 300, Boca Haton, FL 33431 500 E Broward Blvd., #1710, Ft. Lauderdale, FL 33394 1 200 Brickell Ave,, #1 950, Miami, FL 33131 P:561.361.6700 r F:561.361,6979 P:954.320.7022 r F:954.320.7025 P:786,350,1055 r F:786.523.7989 KAUFMAN LYNN CONSTRUCTION CIW OF MTAMI BEACH REqUEST FOR PROPOSAT NO.2O15-204-KB 97 MR. JIMMY L. MORALE5 JurY 18,20U PACE 2 OF 5 accumulatively, Kaufman Lynn Construction's Proposal exceeded the second ranked proposal by a significant 10 points. At no relevant time did the City upon the review and incorporation of the Tender Cost Form identify any deficiencies, At no relevant time during the bidding process, phase l, or phase ll evaluation process were any deflciencies identified that might give Kaufman Lynn Construction an unfair advantage over the other bidders or otherwise restrict or stifle competition. ln other words, at the time of City's July 1-l,2OL7 deliberation, nothing was deemed to unfairly impact the evaluation or review of Kaufman Lynn Construction's Proposal or other bidder's information, Any deficiency in the Cost Tender Form would have been noted during the July tL, 20L7 deliberation because the Cost Tender From was specifically highlighted and discussed due to the alternate fagade notation, As part of the deliberations and presentation, Kaufman Lynn Construction discussed the fagade and pricing while committing to the priclng as set forth in the Tender Cost Form. Agaln, as part of the deliberations, the City confirmed receipt and applied the Cost Tender Form without noting any deficiency. Citv Manager's Duties and Responsiblllties Pursuant to the RFP, the City Manager is authorized to recommend to the City Commission the respondent(s) he deems to be in the best interest of the City. To exclude Kaufman Lynn Construction's proposal from the City Manager's review would not be in the best interest of the City. lnstead, the RFP highlights Miami Beach City Code (the "Code") Section 2-369 which lists relevant factors such as ability, capacity, and skill. Under Code Section 2-37L, it is the City Manager or city attorney that determines responsiveness of a proposal and not the Procurement Department. Accordingly, Kaufman Lynn Construction hereby request the opportunity to speak with the City Manager as part of its request that the City reconsider its determination of lack of responsiveness. Materialltv It is important to note that even assuming, orguendo, Kaufman Lynn Construction's Cost Tender Form did not include Section 1, such omission, which is again denied, lacks materiality as defined under applicable case law or otherwise as to overcome the July 1t, 2017 deliberations finding Kaufman Lynn Construction's proposal was in the best interest of the city. Under Florida Statute, 287.012(26l. "ReSpOnSive bid," "responSiVe prOpOSal," Or "responsive feply" meanS a bid, Or proposal, or reply submitted by a responsive and responsible vendor which conforms in all material respects to the solicitation. ln this matter, the City asserts that Kaufman Lynn Construction did not certify its commitment to performing as required by the RFP. Kaufman Lynn Construction meets this requirement because Section I of the Cost Tender Form was contained in the Sealed Cost Proposal. ln addition, Section ll of the Cost Tender Form includes a certification which specifically states, "l certify that t am authorized to execute this proposal and commit the proposing firm" among other language affirmatively committing to the proposal presented especially in conjunction with the attached Contractor's Clarifications. Contractor's Clarifications commit to the pricing set forth in Section ll of the Cost Tender Form as well as other requirements contained in the RFP I(AUFMAN LYNN co-Ns-lrRTleTroN 98 MR.IIMMY L. MORATES JULY 18, 2017 PAGE 3 OF 5 and Addendums. The Phase ll evaluation and deliberations further included oral commitments that Kaufman Lynn Construction to Guaranteed Maximum Price. Further, Kaufman Lynn Construction will not and has not provided any indication that it will not commit to the representations already contained in Section ll, the Cost Tender Form, its Proposal, or the Clarifications set forth therein. trresularities mav be Waived Kaufman Lynn Construction further notes that the City has the authority to waive any and all irregularities in any and all formal bids per Code Section 2-367 and applicable law. Even if Kaufman Lynn did not submit a one-page Proposal Certification, such absence would be immaterial (a mlnor irregularity) andiscertainlywaivable. Suchpagehasnothingtodowiththecompetitivenatureofthesolicitationor place a proposer such as Kaufman Lynn in a competitive advantage. See Harrv Pepper & Associates, lnc. v. Citv of Cape Coral, 352 So.2d 1190, 1193 (Fla. 2d DCA, 1977) ("The test for measuring whether a deviation in a bid is sufficiently material to destroy its competitive character is whether the variation affects the amount of the bid by giving the bidder an advantase or benefit not enjoyed by other bidders,"). This claimed omission does NOT impact the price or affect the price in any way' lt does NOT destroythe competitive nature of the RFP's bidding process, lt does NOT give one proposer a competitive advantage over another proposer. And, it does NOT and did not prevent the City from making a fair comparison of the proposals it received. See Tropabest Foods, lnc, v. State, Dept. of Generol Services,493 So.2d 50 (Fla. 1't DCA 1986) (finding that although successful bidder's bid violated bid specification the violation dld not affect the price of the bid and the "purpose of competitive bidding is to secure the lowest responsible offer and minor irregularities can be waived in effectuating that purpose'") As the Tropabest Foods Courl lonB maintained, However, although o bid contalnlng a mdteriol vorlance is unacceptoble, not every devlotlon from the lnvltotlon to bid is moterlol. lt is only material if it gives the bldder o substsntial odvantage over the other hidders and thereby restrlcts or stifles competitlon. 493 So.2d at 52. This long-standing principle was further confirmed by the Third District in 506 So.2d 380, 386 (Fla. 3d DCA 1992), stating that there is a very strong public interest in favor of saving tax dollars in awarding public contracts. There is no public interest, much less a substantial public interest, in disqualifying superior bidders for technical deficiencies in form, the superior bidder did not derive any unfair competitive advantage by reason of the technical omission. lndeed, in lntercontinentalProperties, the Third District stated that the bidder's failure to attach proof of the agent's authority was nonconforming and easily remedied: "This is plainly the sort of deficiency which a public agency can, in its discretion, allow a bidder to cure after the tact." ld at 386-87. Hence, although a bidder cannot change its bid after bid-opening, a proposer can cure minor irregularities after bid-opening. See Harrv Peoper & Associates. !nc.. 352 So.2d alLL92 (Fla. 2d DCA 1977) (explaining bid could not be amended post opening because the bid included the wrong brand of pumps to be installed per the specifications and there was a big difference between the pumps that impacted the solicitation). KAUFMANLYNN CONSTRUCTION 99 N4R, JIMMY L. MoRALES JULY 18, 2017 PAGE 4 oF 5 The Roblnson Case Supports Kaufman tvnn Constructions Request for Reconsideration The Procurement Department's reliance of the Robinson Case is misplaced. The Robinson Court, when applying the two prongs of determininB materiality, stated that a direct and intentional variance of the instructions did not amount to materiality. ln Fobinson, although required and set forth in direct contradiction of a government agency's written instructions, a superior bidder failed to provide a bid bond and instead provided a cashier's check, The Court held that the superior bidder should have prevailed because the variance should not be deemed material. The lack of a bid bond did not deprive the municipality of its assurance that the contract will be entered into, performed, and guaranteed according to its specified requirements. The Robinson Court highlighted the fact that the request for bid contemplates the need for the superior bidder will be required to enter into an agreement as described in the "Advertisement to Bid," Even more importantly, the Court determined that a variance should only be considered material "if it give the bidder a substantial advantage over the other bidders, and thereby restricts or stifles competition." ld. of 7034' The City has not and cannot state how a missing signature page gives Kaufman Lynn Construction an substantial advantage over the other bidders, especially in light of the fact deliberations took place before any deficiency was asserted. Like in Robinson, every bldder responding to the RFP were on equal footing during the Phase I and Phase ll evaluations and deliberations. Further, in addition to the RFP requiring the successful bidder to enter into, perform, and guaranty according to the specific requirements of the RFP, Kaufman Lynn Construction made commitments to perform the same by responding the RFP with its Proposal, including a certification on Section ll, verifying its commitment as part of the oral presentation and deliberations, and set forth the commitment in detail in its Clarification. Kaufman Lynn Construction's commitments besides those found on the missinB Section I go beyond those commitments required by applicable law. Kaufman Lynn Construction's purported lack of responsiveness does not rise to the level of failing to provide a bid bond which our Courts have deemed immaterial. Summarv of other-Bel.evant Cases Although Kaufman Lynn did submit the Section I of the Cost Tender Form, the City's Letter of Non- Responsiveness letter is really much ado about nothing since this deals with a minor, waivable irregularity. ln further support of this, in Technical Sales of Jacksonville, lnc. v CiW of Jacksonville, 258 So.2d 839 (Fla. 1st DCA Lg7Zl, the First District held that the City could waive the fact that the successful bidder failed to submit a bid on the proper form contrary to the instructions to bidders that also required the bidders to note any exception to the specifications, which the successful bidder failed to do. See olso, e.9., Trimble Navisation Limiteg! Corp, v. Department of Transportation. Case No. 12-386281D, 2013 WL 2395587 (DOAH May 28, 2013) (Department's decision to waive RFP's requirements for three references on letterheaddidnotgiveproposeracompetitiveadvantaee); Deparlment of Transportation. Case No. 10-013481D, 2010 WL L4t7770 (DOAH April 5, 2010) (Department could waive proposer's failure to include required occupational licenses as this was a minor irregularity); Palm Beach Countrl-Youth Coalition v.-Palm Beach Countv Workforce Develooment Board, Case No. OO-15Z7B|D, 2OOO WL 1512168 (DOAH October 20,2OO0) (omissions in proposer's proposal I(AUT'MAN LYNN CONSTRUCTION 100 MR. JIMMY L MORALES JULY 18, 2017 PAGE 5 oF 5 I(AUFMAN LYNN coN-ffimr-idN inctuding not providing a certification was a minor irregularity that should have been waived in light of the circumstances); Professional Centre lV, Inc. v. Department of Health ang! Rehabilitative Services, Case No. g0-40638tD, 1990 WL749245 (DOAH August 5, 1990) (failure to include certification letter set forth in bid submittal form could have been waived in light of the circumstances).l "NIC" To the extent required, please also accept this correspondence as a response to the footnote on page 2. As clarified in Addendum 8, existing and unforeseen conditions includes management of soil encountered. The GMP form includes duplicative line items based on Addendum 8: (1) existing conditions and (2) site remediation. ln other words, line items for existing conditions includes managing all soil encountered as affirmatively addressed in Contractor's Clarifications (sections 2'p' and 3.g.). Accordingly, Site Remediation costs different and distinct from those required under Addendum 8 are not included and hence "NlC" which stands for Not lncluded. Likewise to the extent Site Remedlation involves Existing Conditions, such costs are part of the Existing Conditions and the totalGMP as clarified by Contractot's Clarification. Using the same analysis in connection with the Section I page of the Cost Tender Form above, the use of the term "NlC" or Not lncluded in light of Addendum 8, the Tender Cost Form, and Contractor's Clarifications should not be considered unresponsiveness. Conclusion Kaufman Lynn Construction trusts that the City will consider Kaufman Lynn Construction's factual and legal arguments and look forward to speaking with you in greater detail. Please note, we are providing this correspondence in response to the Cit/s Letter of Non-Responsiveness and not as part of a Protest process because, among other reasons, the initiating a Bid Protest would be pre-mature at this time and Kaufman Lynn Construction is hopeful we can avoid protracted dispute resolutlon procedures. However, Kaufman Lynn Construction is not waiving and hereby reserves its right to pursue all remedies available including protesting any award or recommendation that does not include Kaufman Lynn Construction's proposal. As stated above, we are hopeful a meeting between yourself and Jeffrey Zalkin can take place as soon as possible and before a recommendation is provided to the City's Commission. ln the meantime, should you or your city attorney require any additional information please do not hesitate to contact me. Thank you for your time and attention. Very truly yours,LI tL- Hins H. Huang \< cc: via emaill Krista Bada, Kristabada@ miam ibeachfl.gov Rafael Granado, RafaelG ranado @ m iami beachfl, gov I This is lust an exampte of decisions treatlng analogous omisslons as nothlng more than a waivable, minor irregularity. 101 Sectlon I - Cedlflcation The undersigned, ao Proposer, heroby doolaree that the only persons lnterested In this proposal as prlnclpal are namsd heteln and that n0 person other than hereln menfloned has any lnterost ln thls proposal or in the Oontract to be entered lnto; that this propooal [o made wlthout oonneotion wlth any olher person, firm, 0r partles making a proposal; and that [t ls, ln all rcspecte, made falrly and in good faith without oolluslon or fraud, The Proposer"furlher deolares that lt has examined the site of ths Work and lnformed ltselt fully of all condltlons pertalnlng to the plaoe where lhe Work [s to bo dons; {hat lt has.examinod tln Contraet Documents and all addenda thereb furnished bsfore the openlng of the proposals, as mknowledged below; and lhat lt has satisfled iholf ahut the Wor{< to be poriomed; and all other tequlmd lnforma{lon with tha proposal; and that ttris proposal is suhmltted voluntarlly and wltllngly.. The Proposer agrees, if th[s'pmposaf is accepted, to oontract witr tho City, a polllioal subdlvision ofthe Stato of Florlda, pursuanttb fie terms and condltlons of the Contract Docurnenh and to fi,rrnish ell necessary materials, equlpment, machtnery; toolsi apparafus, means of transporteton, and afl labor neeessaty to construct and complete wlthin the tima llmlts speelfied the Wok csvered by tre Contract Documenb for the PtoJect entltled: REQUEST FOR PROPOSALS (RFP) N0.2016-204-KB DESIGN/BUILD SERVICES FORA NEW PARKING GARAGE FAOILITYAND RELATED INFRASTRUCTURE FOR THE coLLrNs PARK PARKTNG GAMGE (PHASE il) The Pmposer alsq agrees to furnlsh the requlred Performanoe Bond and Payment Bond or alternatlve form of securlty, lf permltted by Breclty; each fot not less than thetotal proposal prhe plus altemates, ltaqy, provldd ln the RFP Price Form [n Sectlon 00408 and to furnlsh'he rsqulred Oertlf,cate(e) of lnsuranoe. ln.tho event of arithmaflcal ermrs hetween tre dMslon totals and the total basepropoeal ln the RFP Prloe Form, tha Propooer, agroos hatthe total baso proposal shallgorrern, ln the eventof a dhcrepancy betweEn lhe numorlceltoht beee prcposal'and the writton total base proposal, the,wr{tten total baoe propsal shall govom. ln abeonoe of totals'submltted for any dlvlsion cost fie CIty slmll Intemret aB no proposalfor tho dlv]ehn, whloh may dlsquailfl the Prcpaser. State of ) ) stated that personally of lts boird of Notary Public for the State of Florid My Commlsslon Explres: REQUEST FOR,PROPOSALS NO; 201&'2O4.KB DESIG}VtsUIID SERVICES FOR A NEW PARKING GARAGE FAGILITY AND RELATED INFMSTRUCTURE FOR THE cor.flNs F,iFK pARKlNc GARAOE (PHA8E ll) Michael Kaufman President and GEO Datsr 51212017 corpomflon, and that ths inrtrument was dlreptom and aoknowleffed sald lnatu 102 New Business and Commission Requests - R9 E COMMISSION MEMOR^ANDUM Horprable Mayor and Members of the City Commission Rafael E. Granado, City Clerk and RaulJ. Aguila, CityAttorney September 13,2017 MIAMIBEACH TO: FROM: DATE: SUBJECT: CITY OF MIAMI BEACH CANVASSING BOARD MEMBERSHIP FOR THE CITY'S NOVEMBER 2017 GENERAL, SPECTAL, AND (tF NECESSARY) RUN-OFF ELECTTONS. (FOR INFORMATIONAL PURPOSES ONLY NO ACTION REQUIRED.) ANALYSIS The City of Miami Beach's General and Special Elections are scheduled for Novenber 7, 2017, with any Run-Off Election to occur on November 21, 2017. fhe City is required by State Election Law and the City Code to designate a Canvassing Board, which has the responsibility of canvassing vote-by-neil (formerly 'absentee') ballots as well as overseeing the conduct of the Elections. Pursuant to City Code Section 38-8, the Canvassing Board is composed of a County Court Judge (appointed by the Chief Judge of the 11th Judicial Circuit), the City Clerk, and a nrenber of the City Conrnission to be appointed by the Conrrission. Canvassing Board nembers nny not be candidates with opposition in the City's General or Run-Off Elections, nor ney they be active participants in the canpaign or candidacy of any candidate with opposition in said Elections. Since no npnber of the City Conrnission is eligible to serve on the Canvassing Board (because each Conmission rnenber is either a candidate with opposition in the City's General/Run-Off Elections, or is an active participant in the canpaign or candidacy of a candidate with opposition in said Elections), the City Clerk is required per City Code Section 38-8(b) to appoint a qualified electorl of the City to serye as a Substitute rnember of the Canvassing Board; the City Clerk is also required to select a qualifled elector of the City to serve as an Alternate menber, who will serve as a nenber of the Canvassing Board in the event the Substitute menber or other rnenber (besides the County Court Judge) is unable to serve.2 Accordingly, the City Clerk has selected Jinrny McMillion, City Financial Analyst lll, to serve as the (non-County Court Judge) Substitute Menter of the Canvassing Board, and Judy Hoanshelt, City Grants Managel to serve as the Alternative Menber of the Canvassing Board. Upon Chief Judge Bertila Soto's appointnent of the County Court Judge-Canvassing Board Member, membership designation will be conplete, after which tinre we will provide the City Convnission via Letter to Conrnission (LIC) with a conplete and final list of Canvassing Board n€rnbers. 1 A"qualified elector'' is a resident of the Cig of Miami Beach, over the age of 18, who is a registered voter with the Mian$-Dade Coun$ Elections Departnent. 2 See, City Code section 38-8(b). Note: ln the event lhe County Judge selected by the Chief Judge is unable to serve on the Canvassing Board, such County Court Judge shall be replaced with another County Court Judge appointed by Chief Judge to serve as Substitute rnenber. Leo'lslative Trackino Office of the City Clerk/Office of the City Attorney 103 THIS PAGE INTENTIONALLY LEFT BLANK 104 New Eusiness and Commission Req MIAMIBTACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: September 13,2017 SUBJECT:DISCUSSION ON THE CONDITION OF THE LOG CABIN STRUCTURE LOCATED AT 8128 COLLINS AVENUE. RECOMMENDATION See Memorandum attached. Leoislative Trackino Property ManagenenVPlanning ATTACHMENTS: Description o Commission Memo for 911312017 n FCWPCmemorandum9lSll7 o MDPL exhibit 1 o MDPL exhibit 2 - KP Log Cabin Research n BEA Report of the log cabin o McKenzie - Log Cabin o DWA Report o Log Cabin Pictures n Commission Memo n Log Cabin-Building Official o Additianal Memorandum with FCWPC recommendation Page 2226 o'(2519 105 Cityof Miami Beach, 17OO Convention Center Drive, Miami Beach, Florida 33139, ffi.miamibeachfl.gov COMMISSION MEMORANDUM MIAMI BEACH TO: FROM: DATE: SUBJECT: Miami Beach Log Gabin BACKGROUND On July 26, 2A17, City Commission accepted the Finance and Citywide Projects Committee's recommendations regarding the Log Cabin structure located at 8128, namely for City staff to collaborate with the Miami-Dade Preservation League to further investigate the Log Cabin's historical significance, work with the City's Grants Department to identify potential funding opportunities available for restoration of the structure, revisit the feasibility of relocating the Log Cabin, and further explore the option to build an in-kind structure while salvaging key elements of the Log Cabin that remain in fair condition today. Staff's findings, presented at the September 8, 2017 Finance and Citywide Projects Committee meeting, are attached herein for the Commission's review. CONCLUSION Staff is seeking direction from the Mayor and City Commission with respect to the reconstruction and future use of this building. Mayor Philip Levine and Members of the City Commission Jimmy L. Morales, City Manager September 13,2017 Page2227 of2519 106 MIAMIBTACH Ciiy of iliomi Beoch, 1700 Convention Center Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov FROM: DATE: SUBJECT: MEMORANDUM Members of the Finance and Citywide Projects Committee Jimmy L. Morales, City Manager September 8,2017 DISCUSSION REGARDING THE GONDITION OF THE LOG GABIN STRUCTURE LOCATED AT 8128 COLLINS AVENUE BACKGROUND On July 26, 2A17, City Commission accepted the Finance and Citywide Projects Committee's recommendations regarding the Log Cabin structure located at 8128 Collins Avenue. These recommendations were: r Staff will collaborate with Daniel Ciraldo of the Miami-Dade Preservation League to fu(her investigate the Log Cabin's historical significance within the context of the community. . Administration will work with the City's Grants Department to identify potential funding opportunities available for restoration including the State Department's Division of Historical Resources (DHR), namely the DHR's Special Category Grants. o Property Management Division to revisit feasibility of successfully relocating the Log Cabin and further explore the option to build an in-kind structure while salvaging key elements of the Log Cabin that remain in fair condition today (i.e. treated interior logs and coral rock fireplace). Further lnvestigation of the Log Cabin's Historical Significance lnformation provided by the Miami Design Preservation League is included herein for the for the Committee's review. ldentification of Potential Funding Opportunities Available for Restoration The Administration has identified potential funding opportunities for the Log Cabin project. Potential State funding sources include the Historic Preservation Special Category grants program, Small Matching grant program, Florida Recreation Development Assistance Program, Land and Water Conservation Fund and the Cultural Facilities grant program. Other potential grants include Miami-Dade County Capital Page2228 of 2519 107 Finance & Citywide Projects Committee Memorandum September 8,2a17 Page 2 of 2 Development Grants program, the National Trust for Historic Preservation and Save America's Treasures. Revisit Feasibility of Successfully Relocating the Log Cabin and Further Explore the Option to Build an In-kind Structure The City's Property Management Division retained Douglas Wood and Associates, Inc. (DWA) to prepare a conditions assessment to include specific recommendations for the Log Cabin. DWAs report, attached herein, is consistent with the assessments and recommendations received by City staff over the past several months- namely that restoration of the Log Cabin would require rebuilding most of the structure from scratch. The report states that ?ue to the extent of deterioration and collapse in this building, it appears that any future renovation would be classified as correction of Substanfra/ Structural Damage and as a Substantial Structural Alteration under Alteration Level 3 (as defined in the Florida Building Code 2017- Existing Buildings). Therefore, structural sysfems will need to be made to comply with current Building Code requirements for strength and pefiormance." DWAs assessmenl"indicates that 'restoration' of this building r's nof feasible. The closest one could come to 'restoration'would be to reconstruct foundations and stemwalls with new materials (unless historical designation is achieved and fload design requirements waived), reconstruct the exterior log walls with new materials, and reconstruct the floor and roof using existing materials, supplemented with new materials as required." The construction cost estimate provided by DWA to reconstruct the Log Cabin as described above is in the range of $750,000 to $1,000,000. The cost associated with reconstructing the existing floor and floor structures with salvaged materials would be approximately 15% of the total project cost. Should the structure be designated as historic, the Building Department could waive the Finish Floor Elevation requirement required by code- thus allowing for a reconstruction project wherein the building need not be raised or elevated. Given the extent of deterioration, DWA has recommended against relocation, stating "tt does not appear that relocation of the building is appropriate. lf a new location is desired, one would simply construct the new foundations, stemwalls and exterior log walls at the new site. Existing roof and floor structures would be dismantled and salvaged materials transported to the new site." CONCLUSION Staff has provided this background and current assessment to provide the Finance and Citywide Projects Committee with all the information available while discussing the property and requests to restore or retain the building. Page2229 of 2519 108 THE LOG CABIN AND THE NORTH SHORE DEVELOPMENT TIMELINE The North Beoch log cobtn is ihe eorliesl slructu re in exislence north of 79lh Street within the norfhernmost secior of Miomi Beoch's present doy cily limiis. There ore only three exisling slructures thot pre-doie ihe log cobin in the entire Norlh Shore neighborhood from 73rd Streel to BTth Terroce ond from the Ailonlic Oceon fo whot is now lhe Tolum Wolerwoy. The Norlh Beoch log cobin is one of only two existing struclures lo hove been buih in the North Shore neighborhood beiween l92B ond 1934 during ihe Florido lond busl ond of lhe heighl of lhe Greol Depression. (A wood fro-e residence, the only such type of structure lisled wiihln lhe Allos del Mor Historic Disfrict, *os olso construcled by Corlos Scho- eppl on Allontic Woy in .l932 ihot oppeors io no longer exist.) Korth Beoch Log Cobln Miomi Modern following WV/ll :lil.:tl. i: ,..i.':':..( :.,.::t Wor Modern ond .l ,l)hore rn the yecrs The two-yeor time spon thol lm- mediolely followed conslruction o{ lhe North Beoch log cobin in- cluded fi,ru *ood {ro*" vernocu- lor ond clopboord slruclures built belween .l935 ond 1936 thol were lisled in the North Shore Nolionol Register Dislricl. .l936 finolly sow lhe inlroduclion of the moderne orchileclu rol siyles lhot wou ld mork o lronsilion loword Post- thof would choroclerize the Norlh ::.:'' UICK FACTS Emil Ehmonn A rchitect 1880-1947 P#l{ 1934ffi Constructed 8]28 Collins Ave M iomi Beqch Florido 33141 dffiM fWRIUII D€SIGNfuqeEg rffifts$ufiTtotr,wfi€nJ€ H 109 EmilA. Ehmann, Architect, North Beach Log Cabin (1934). ARCHITECT: EMIL AUGUST EHMANN (1880-1947) E.A. EHMANN - EARLY WORKS - PALM BEACH COUNTY, FLA West Palm Beach Fire Hall(1905), EmilA. Ehmann, Architect - One of EmilA. Ehmann's earliest recorded architecturalworks is the '1905 'Fire Hall' in West Pdm Beach. This was the first permanent fire station in all of South Florida and was funded by Henry Flagler along with contributions raised by firefighters. (Excerpt Palm Beach Post, March 22, 1935) "Ehmann came here several years before construction of the fire hall and became connected with architects working on the East Coast Hotel properties. ln recent years he has been a state hotel official with his residence at Tallahassee. He now is an architect at Miami." (Excerpt Palm Beach Post, March 2,1921) "A considerable portion of the cost of the building was undenarritten by Henry M. Flagler while the remainder largely was made up of subscriptions. Emil A. Ehmann, architect, drew up plans for the building." When the City of West Palm Beach was formed in November of 1894, a group of concerned citizens came fonruard to organize the first firefighting force for the city. This group of concerned citizens was known as the Flagler Alerts. The name for these volunteers was chosen in honor of Henry Flagler who donated the first pieces of firefighting equipment. This firefighting apparatus consisted of a hand-pulled, hand-operated pump. The water for this pump came from Lake Wodh in a hose stretched along the sand and shell rock streets. This hose was also carried on a hand-pulled hose reel. A horse drawn ladder truck would be added later, but the horses to pull this truck had to be borrowed from the sheriff. More times than not, the firefighters themselves pulled this large heavy wooden vehicle. While this truck did not have a mounted aerial ladder, it did hold 235' of heavy wooden ground ladders and an assortment of specialized equipment. On June 9th of 1903, Mr. Flagler's namesakes would come to his aid. The Breakers Hotel in Palm Beach was in flames on that summer day. Those early firefighters pulled their equipment across the narrow wooden toll bridge spanning Lake Worth towards Palm Beach. The heroic efforts of the firefighters would be delayed, the over zealous bridge tender would not allow the firefighters across the bridge until each of them had paid the nickel toll. After word reached Mr. Flagler of the incident, each firefighter was repaid their five cents. ln 1905 the firefighters raised money to build a'fire hall'. A considerable portion of the building was underwritten by Henry Flagler and the first permanent fire station for West Palm Beach and all of South Florida was built with plans drawn up by architect EmilA. Ehmann. A parade was held in celebration of the dedication of the fire station on July 5, 1905. The building still stands on the Northeast corner of South Dixie Highway (formerly Poinsettia Ave.) and Datura Street in West Palm Beach, FL. Page2231 of 2519 110 (Above) West Palm Beach Fire Hall (1905), Emil A. Ehmann, Architect Page 2232 of 2519 111 'i.: *ir* fl- : }*r"* Ih*a .rH.*&L rxll} (Above) Architect Emil A. Ehmann Letter, 1906, The Tropical Sun, South Florida's first newspaper (first published in 1BB7) $.-t ,t$f$ -PTtr S't !,!S1 _, -, "nlfl;'i* u oo*q'* T,liHSo*,^,,, f t T f M F${}t l Ls $n. *r::+:t*s"ga#-*4x Blrn**.,p W m6*i:X,;**-t*:##f ,"e":". "i*,,nrt*', r \l&'5 hsqs# @:,*-!rtaer{s! *Tjtj@*e{ 6..Y.q.:\4._ *.t$*tr:t::.t:.::: jryni-.T.I r&\(*,ra ': E{ g& }4e h * *{# riir*rl * l,#*et *Is€s,ltr.*fl I :N\$4ii+ ,::::::=i. b.6@s.hffi,,a.,.. iieale(tx$i r-{e {*@lr {{a 6:*@9*39.:'*,.r'..q,*@'w,4'&@;",;-,'*:;..^:,::"".,":-;i; ;;;:;;,-;;": -'' *1. " ". l" '.; * 'r* **&(d*r*X ' **m*rqw* if._*# lllulfff;: I-:- :-1{1-:.:"1-:' ; Tk::r.::.: '.:".f'l*lilrL,,l+.#4,:,.&",, $.la' *i*i:*dn{fN4}ta k4+i talt* f i&:*.!*q *+"-. 'i ;a !.4 d{4sc* halrusd*. a d*:ri!s&iruMll'M! & * g *r*,^ - *:,3*** ;ffi#t*ifrSlF*;.;=.-;:;';&;;;;,@'t'*'ar*'wM *m,ri$iffiii*i&**l*'@F Fi,qs{r tr ,,w' +l,i &i"1affi,i;;'r &;M &"Ss,. * *:{**}*@ 4{1 $q*'Qr,tt:}!@ I?4.:.- :';;*;;;;- - "' .+#&iii*. ds wb >d *m wffi *fr*r pa!W&f, llw?!- .+4?4;:.a-.J-i;i**4*M#r.rr-t S**t*Sq@ ...&Mt*Nri!t@1::.ryffi.*W, t'i ;:;:l::= :. :::: : .::::.:=' ,.,.:::::=.l ?age 2233 of 25'19 112 Mango Promenade Historic District 0 907), Palm Beach County - ln 1907 architect EmilA. Ehmann mapped what is now the Mango Promenade Historic District in West Palm Beach for the Currie lnvestment Company. The Mango Promenade Historic District was added to the National Register of Historic Places in 1999 for the historic significance of its architecture, community planning and development. The Mango Promenade Historic District is an approximately 30 acre, primarily residential area with a corridor of commercial buildings on the western edge of the district and contains a variety of residential architectural styles including frame and masonry vernacular, Craftsman bungalow, Colonial Revival, Mediterranean Revival and Monterey. E.A. Ehmann was one of 82 architects registered across the state in 1915/1916 with the Florida State Board of Architecture as reported by the Secretary of State. LIST OF ARCHITECT$ fi*ilkurf{ l,J *'l*raik l-.trrre Aorral o, ,lrebiterfirrc, N.r.Ll^.r*. 1*^*_l r i; r"* *. o*.-...Gr"rd;.. ...[ "*,a*z{ g. e, fonfoey.....l Trnp '" .-'.- .l Ftrrirrr. 3i E. ,t. Elrrurr, ...1 Jrrlmtvilh .....1 llnridr- r! J* n. Wrlrh. .,..1 Jrth*sviltc .....1 ll{ridr, Sl U. la tlrliort....l IoEtE ..'..,....1 Ft,'116.t, Cl ime ltdlsrd...,1 lT. I'{lb B€acb..l n!!rllr. il !'I}l- r.'urttr......l T,rn,p,.. ^... .l }'l','l,l'r. ti F, (r. Adl.r Jr...l ?rrrlrr ". . .... .l l'l,rtirl,r. :ri l'. J. Kmnrxl .l Temrn .... ...-..1 t'loritlu. toi ,torn"t rleis.r....l llismi ,'.....'..1 l'h,rid,r. tri t" i'. Uuttol. .,. ..l tlrlaarlo .........1 Fl,rrld.t. ttl .luo. w. llixgir...i $'€*t TrmPr....l l1'rrld,r' rltl lt. F. lorqu:..,.1 lhr;'tou lluch ..l l'Irriil.r. r{l ti. t' Cludr..... -l l4te llorth .....1 }'l,ti.l.r. r.rl 1'. mtl InrE. . . . , I J$tmavillc .. .. 'l llrrlrtt. ttli -r- t" 8Lrr..,..-.1 r[b]n.."..,..'l fl,rrrdo' til W, r. f*tlr....,1 sci 64.8m....1 F!t,.t.|tr. l|.! ,f. tl, Joblm!, ...,f Tnr,lu . .. . . .. ..1 Fhtirk. Iti Cm. UreBo-. .....1 Omla .1 FL,rirLr. r0! lu. $'. Alt.it...".l Paamla .".,..: t"loriitr. itl Ptr* lr. ol,€r...1 txyroacllenrb '.1 Floridr. LtBf Otr AtCHI?ELYB-{urttntred. 3'krri&" l'laridx ll{rrid*.liblid{, norld$. tlr'rt&u S'l*ld*. $'kiridx, (;aorf,t& (ltcrylr ['lrtida" fkrridn" $"1r,|idq- 3't,ridn. l'1.'rl*x. Fluri*,r. $'lrrrirl*. f'klriak. t"krtr!*" F'ltdd;r.llrridr-Iilt:tid* ,rkiridn. f"h!fits. l.hlrldd, tsk'rirln,fl*th!r. ''kifitrr.Fld]11{lr. l'lmirl,l. i"lqri&l- F1*rid*. }.kirid{.fllridr, F:hnttdu. Fl*tidl. iltirid*-X*r \.ort .*. I__ _t Jr.:lmrtlle .. . -.1 !ir. fugurtirc ,..1 Jrclsoatilln .,..,l!{lani . . . ., . . .. .iilr. Pornburg ,.1l'?xs({lr ,.. .-^.1 llnttons ... . ,...1 Jrd*orrilh ,. . . .1 -\il{rm . . , . . . . ..1.tll{rrl.........1*t, Feltrebrrrg .,1 !{irrni ,....... ..1 nr. I,rtrmbm6 . ,.1 Hl. l'ctenburf..,lIfllalltd ,..,..."1lalelxnil..,-....1.l*r{rmrilie - ..--l TerrFr .,..,...,.1 trcl^6!d ....,..,.1Jlet:urlllo .,, -.1 llrylrrrp llort ..1llm.lmlori . . ...1![inmi......,...1trmpu..........1flernetF .. .., .lftullprl .. .. . .. .l Jecknxville -,...1 kheltad ......,.1 St. l,elolilrErx . ..1P<rreroh.......lFdlrrn. .. -.1Ittl*ttrl .........1 t{r. t'rtmburg ..1 Tlmpa ,. .. . , . " , ,1Orluadn..,. .l .trr*xonsllle -. .,[ ?a1,1n.....,..",1N|r'f0dr .,,.,.,! SITL I -L- t.l, \I. !1. ltrrrb...'.1.r., 351 F, .1. Ilmdckh-..1 lit. rrc: tf. lt. TEI}$,... ..1 Jrr Ji; 4.1. liohn.......1 !{lr iljt liK, I'cltls& ....,1 rrr. ur. tr. tr, rriltr......l l'a loi s. tt- (io"s....".. ^l llft Itl $o' N. IcDonrld"l Jrt r::i n. .1. l:drrrdr.,,l,\ill:ti rru,.l, trofrrs?d..1 .tll.lt Il. Il. lrrlxBt.....i r.l. ti lt (1. tle(l.rtrro...l !{ir {6 O@- f1'. ilr.rert..,l Nr. l;" Edrtr Eerdon ,...{ xt. l$ "t- J. I'er*er..,...1 lal rrl L. A. r'mr..,.,-..j lal Iol 1\. tr Cump" ... ..1 .l*r .',1: fnrl J .lrrmr....! Trt i::i franrir !d. ,Uillcr..i t)c ;*1! ('. t,. Siedtlimlrrj Jr{ 3ti J*nb l:ftslrfrl ".1 lle irsl A. C. trir ......1 lla ir6l A. [:. I*rir.,..,..1 !(ir i?l J. s. .lndrcu..-.j ?rr:'t Lutcr.\rer.E ....,: fl.irl a. l:. rrmdell. ...1 ftu n0 fl. l'. Rsrelhrr. ..., Jrr ,;11 'r. U. rtry,u... " ..1 lrl 031 .', (.;. tdlilrell. .., sr. 6l w. c. FFd6h'...j Ps 0{i F n" trlmtrlt.... I FrlItil J$Iu {kirru . ...,l llt Ssl U. !:. lt si{DriB...l *t.f,il x. Ir. vilfhett....l TBi ortl lro,tk'r Yrtrheqa.J a)rl r::t, .t. r \r- ttnrktrr.l .trr ?ol rdul flilil.r . ...,.1 ?",ilI l.- l!1. )loqhrrr.,..1 li{' Page 2234 of 2519 113 JfrT LIA? QP "1&t:ltl?tslit$-trsortoa*rl lcrl{1 ^,orr'. I .n.*. Itlm. Torlc .....,T[np.....,.,.,?nmln.,.,-...,Ubni ......,.,]i*y Turk,...,. 81, l.orb . , , . . ... Daronport,......Ibtin;rrrt ....... t{arlord , ..,.... Jathontilk ...,.ilkItl,"...-.,,. Nor Xorh. l'lnrida. Florl{a. fhr,td&licr Ytrli tfffl.rult. Iorrt, Ior"r" FlBrirr&. Pl*rlilu Fluslih, (Above) E.A. Ehmann was one of 82 architects registered across the state in 1915/1916 with the Florida State Board of Architecture as reported by the Secretary of State. HOLMES & EHMANN - JACKSONVILLE, FI-A ln 1914, Emil A. Ehmann formed a partnership with George Olaf Holmes (the first president of the Florida Association of Architects) in Jacksonville, Fla. Together they designed: The 1919 expansion of the 1874, 190'1 and '1919 Guaranty Trust and Savings Bank (the first national bank in East Florida) at 101 East Bay Street, Jacksonville, FL (Listed as a contributing struciure in the Downtown Jacksonville Historic Disirict on the National Register in 2016) The Woolworth Building (1917), Holmes & Ehmann, 102 - 110 North Main Street at Forsyth in Jacksonville, FL (Listed as a contributing structure in the Downtown Jacksonville Historic District in the National Register 2016), and Fire Station # I (1923), Holmes & Ehmann, 625 Stockton Street, Jacksonville, FL. Page 2235 of 2519 114 (Above) Guaranty Trust and Savings Bank (1919), Holmes & Ehmann, (the first national bank in East Florida) 101 East Bay Street, Jacksonville, FL (Listed as a contributing structure in the Downtown Jacksonville Historic District in the National Register 2016) Page 2236 of 2519 115 (Above) Guaraniy Trust and Savings Bank (1919), Holmes & Ehmann, (the first national bank in East Florida) 101 East Bay Street, Jacksonville, FL (Listed as a contributing structure in the Downtown Jacksonville Historic District in the National Register 2016) Page2237 of2519 116 (Above)Woolworth Building (1917), Holmes & Ehmann, 102 - 110 North Main Street at Forsyth, Jacksonville, FL (Listed as a contributing structure in the Downtown Jacksonville Historic District in the National Register 20'16) Page2238 af 2519 117 (Above) Fire Station # B (1923), Holmes & Ehmann, 625 Stockion Street in Jacksonville, FL HAMPTON & EHMANN - MIAMI, FLA Pancoast Hotel (1923), Hampton & Ehmann, 29th & Collins Ave., Miami Beach, FL Excerpt from the book "Lost Miami Beach" by Carolyn Klepser: "As we have seen, Carl Fisher sold his oceanfront land for private estates, and he put his hotels elsewhere. The first grand oceanfront hotel in Miami Beach, even before the Deauville, was the Pancoast, constructed at Twenty-ninth street in '1923. Architects were Madin L. Hampton and EmilA. Ehmann, who had formed a partnership that year. Ehmann had previously worked in Jacksonville and for a time had been Florida's supervising architect for public buildings. ln July '1923, Hampton had gone on a sketching trip to Spain for firsthand study of Mediterranean Page 2239 cf 251 9 118 architecture. The Pancoast was the project of John Collins' grandson J. Arthur Pancoast. The building permit was issued on May 31 , 1923, for this $248,000 top-class hotel with 161 rooms, and it opened in January 1924. The Pancoast had the sprawling, multi hip and gable roofs of clay tile. Like some Spanish castle, with its courts, arches, mazes of color, window balconies, tower and promenade verandas, the Pancoast, modernized to the nth degree, stands out as the very incarnation of antiquity...No details of Spanish design have been overlooked, yet no modern conveniences have been sacrificed to carry out the exact style. The Pancoast was demolished in 1955 and replaced by Melvin Grossman's Seville Hotel (currently the Edition)." Juhn Coliins's granrJ:on J. Arthru Panru+rt oiwnttl th* F*nr:rr*x l{ficl in 19?3. on {ht *rt'*n al Twrntl'-ninth Street. l'oslrtrr rI < c'urrr,s-r of l.orr y ll'i$q[ns. There 1{ere four to five stories to the main psrt af th* building, and an *'Old Spanish Watchtorver"lE{ that rose to se},en. The bulkling fared xsuth ontCI fr cireular drivc *at hacl a park rvith a founrain in thr ernmr. In ad*lition, an tuxiliary tlrrce- story building called The Lodge, soffirwh*t mor* rnod*st hut still with a lorrtr and ilrcade, stood half ;r block to thc srst, dorr,n Twenty-ninth $tr**t. Thir may havc been thr prouised atcommod*tinne for gu*sts' chauffeurs and selants. During Wnrld War ll" the Pancoasl served as a military hospital" It was dentolish*d in 1955 and r*placed by Melvin Grossman's Srvilie Hn:el. There are mnily orhcr lost works nf ll{rrtin 'flamptcn, hut the Panrsast rr,a$ sne of his finest. (Above)The Pancoast Hotel (1923), Hampton & Ehmann, 29th St. & Collins Ave., Miami Beach, FL (Demolished 1955) Other structures designed by Hampton & Ehmann include: Arlington Court (1925), Hampton & Ehmann, at 1330 Pennsylvania Ave., Miami Beach, FL Page2240 of 2519 119 (contributing structure in the Miami Beach, Art Deco, Architectural District in the National Register of Historic Places), City National Bank Building/Langford Building (1925), Hampton & Ehmann, at121SE 1st Street, Miami, FL (added to the National Register of Historic Places 1989), Beverly Terrace (1925), Hampton & Ehmann, aI3224 and 3300 Biscayne Boulevard, Miami, FL (Designated as a Historic District by the City of Miami in 2003) Lua Curtiss House ll (1926), Hampton & Ehmann, in Miami Springs, FL (added to the National Register of Historic Places 1985) Bathing Casino (1925), Hampton & Ehmann, Hollywood Land & Water Company, Hollywood-by- the-Sea FL, Great Southern Hotel (1924), Hampton & Ehmann, Hollywood Boulevard in Hollywood, FL, Hollywood Country Club (1923), Hampton & Ehmann, Hollywood, FL fip" tf" Sl,nawrs S&aps e[ S*vrder{rr'Ss.fidixr** l&*'&nadr+*d& XJ*dljt**d-fo.t}x-"&rr" ;[i' J* f*sry:*:rt .r{m&{lecl, $. *{- $Irolqx$ .{s-"ac'. Viarti $'trpridrr {fJ,$. ,,ld"rx "q,i*pred ",[ftrltfix ]Jcttrr '"3$ *- {{i:*xrte-A' ery'r&." Itraf$'lr,nudJJirtorierl S*ei*{il ggi *JForiric .tmir}."fiwm l&*; Sf,$r$rtg,S**x"s*m r*d&ws:!sxm'-r (Above) Symmes Shops & Residence (1924), Hampton & Ehmann, Hollywood Beach (destroyed by the Great Miami Hurricane 1926) Page 2241 of 2519 120 (contributing structure in the Miami Beach, Aft Deco, Architectural District, National Register of Historic Places) e,- sx;l kg nt*€ il*Ii ii 8s *w.,tGii-{s***#*- 'E r aI E tI rNitflrr rlIr EI il#Hr r#H* f;t rlm* ill roR\ Eq.Ir -ffiffi Dr.- r tu.*'ffi& rI.ErwL IS - -= I C rftE ?- (Above)City National Bank Building/Langford Building (1925), Hampton & Ehmann, 12'1 SE 1st Street in Miami, FL (added to the National Register of Historic Places 1989) Page 2242 of 2519 121 (Above) Ciiy National Bank Building/Langford Building (1925), Hampton & Ehmann, 121 SE 1st Street in Miami, FL (added to the National Register of Historic Places 1989) Page 2243 of 2519 122 .ri(lffi (Above) City National Bank Building/Langford Building (1925), Hampton & Ehmann, .121 SE'1st Street in Miami, FL (added to the National Register of Historic Places 1989) Page 2244 of 2519 123 (Above) Beverly Terrace (1925), Hampton & Ehmann, 3224 and 3300 Biscayne Boulevard, Miami, FL (Designated a Local Historic District by the City of Miami in 2003) Page2245 of 2519 124 (Above) Beverly Terrace (1925), Hampton & Ehmann, 3224 and 3300 Biscayne Boulevard, Miami, FL (Designated a Local Historic District by the City of Miami in 2003) Page 2246 of 2519 125 (Above) Lua Curtiss House ll (1926), Hampton & Ehmann, MiamiSprings, FL (added to the National Regisier of Historic Places 1985) Page2247 of2519 126 $rf" J#" 8*$tu6 f,e^rirxr" lf*i$**e#Lrsdd f&istcr {irarptr4*', }**i-a*"**d-er;-i*,r-$rir f'tr*nr{o. &r,,lfrrtrt:n I. /,*:r,rrylnrt. -dre&iser{ *.1 ",{. S&,w*x;s;€:as,:ir;cfe^ "{.f,smr Sq.:*:r .l$l{. *rprlu***}fry-" lfJ-$. fi-}rsr*'ix'g"*xrm c fk&,eei {krepr*';'scit'.srn*x 'r &s**. ffi,6{r#:t:," *j ;4r Jfo*1.vlw*d Jfislqrrrai.$rr"irqrJ (Above) Hollywood Bathing Casino (1925), Hampton & Ehmann, Hollywood Land & Water Company, Hollywood-by-the-Sea, Florida Page 2248 of 2519 127 :i' u $ {,* r*at Sq${herfi X*t*l. }iollyr*uod, Fl*rida. (Above) Great Southern Hotel (1924), Hampton & Ehmann, Hollywood Boulevard, Hollywood, FL Page2249 ot 2519 128 ffie, iL fir I-$- J*ertirrmenl$r t}tw &xff&Tnr ifors{, c. JfJS. s&or"rtg eras* emd r**.r.1&*trr$ur.lrdes1fiqrr* f,mxx {im$r &nr* #nd a 4@,*f$*erplxn- F&s lclw hd*dlrlqn, whsirf e$* {i rtrff is ei l*.ter c#iri-*n ffs{&}'se*f qfl #w $ ofJg**"6 ii:rrorirei $neiery} (Above)Great Southern Hotel (1924), Hampton & Ehmann, Hollywood Boulevard, Hollywood, FL Page 2250 of 2519 129 $iS. /.1. $resr $s*r&r:rn fd*,rei" J&qpl** .{SJ"f" JJrrff,*.r**rmd"SrxJr"r.*d firotiag, of north oad u'r:rr"facudes fu'r$fxrx* l. Ii*xrpxn, .,{r*A;rcc.'. l. ,{ l,tnt*ax. ,.{es$risrs. l$S {bugrvsr &M. S*s*tI" }"tre, /&rsrtdtryrden a lix*qg f,{&!{.Fsn-v.x*f*srtrs: 'r &rx*, rrwxr4, q/'*e li*{&"x"rcS Jlislancsl kds4*j (Above) Great Southern Hotel (1924), Hampton & Ehmann, Hollywood Boulevard, Hollywood, FL Page2251 of 2519 130 "..,- (Above) Hollywood Country Club (1923), Hampton & Ehmann, Hollywood, FL (Above) Hollywood Country Club (1923), Hampton & Ehmann, Hollywood, FL r)4^^ .>nRa nf ?tr10t q|jv LLvL 131 Fis. / l. //eLtr-rq,@d Grf ffd foffirry ffu* mtrcncs- J}l]--{, tCovrre.S' r,Fr}r' Sry*cvd llwr lfirrricqj fruxrr:ri:a Jrstp* .ila<.&ry. (oJJwrior. I ,|;rg /J" I*rrrr:6 fl*I$,wo:d Coiloari Crao*i C,lx]. r. .i9-r3" {Crxrrrs.r'aj:iic }Joi$xroii*.*mr{d &€?rYi: 5isrcr {-&ll$riirel (Above) Hollywood Country Club (1923), Hampton & Ehmann, Hollywood, FL ?a9e2253 ct 2519 132 JtX. 8. "fJompfrx **d .S&mdrr!r*, gr*r*nd$mr pfan qf${*Ifpu**d Cb*xr*, Cllrs" f$ruwfNg$um r&* .Ff*Jlyxwd Ssp*r$efi trfsry*mfur f $Jl, p. 7, *ffiirtssy rn"f tft r ifo{ISamrd }Jirrordccf $*cieyJ (Above) Hollywood Country Club (1923), Hampton & Ehmann, Hollywood, FL ln 1936 Ehmann serued as associate architect (Ehmann, Zimmerman, Saxe & MacBride) for the Walgreen Drug Store (1936), Ehmann, Zimmerman, Saxe & MacBride,200 E. Flagler St., Miami, FL constructed in the Streamline Moderne style (nominated for the National Register of Historic Places in 19BB). Page 2254 of 2519 133 (Above)Walgreen Drug Store (1936), Ehmann, Zimmerman, Saxe & MacBride, 200 E. Flagler St., Miami, FL constructed in the Streamline Moderne style (nominated for the National Register of Historic Places in 19BB) Page 2255 of 2519 134 :j: ::: j::::]j]::::] : . :::: Era! -'#- *--'- (Above) Walgreen Drug Store (1936), Ehmann, Zimmerman, Saxe & MacBride, 200 E. Flagler St., Miami, FL constructed in the Streamline Moderne style (nominated for the National Register of Historic Places in 19BB) Ehmann's work demonstraies a significant coniribution to South Florida's architectural heritage as well as a rich variety of architectural designs and styles across formative periods in Florida's history. This speaks to his stature as an impodant historicalfigure and master builder. THE NORTH BEACH LOG CABIN achhistorian,CarolynKlepser,theLogCabinwas constructed in 1934 by architect Emil Ehmann as a private residence. ln July 1934, Austin T. Drew took out a permit for a log cabin home, with 3 bedrooms and 2 bathrooms, for $4,000, at 8128 Collins Avenue. The home was designed by local architect EmilA. Ehmann, and was built by general contractor F.F. Floderick. ln 1936, Drew sold the home to Dr Amos M. Judd. ln later years, the Wagner, Crockett, Cranford and Watson families lived in the home. The City of Miami Beach acquired the home for $146,492.50 in 1972 using eminent domain proceedings. ln 1975, the city established the Miami Beach Activity Center for adults at the location. Then in 1983, the building became the Log Cabin Plant Nursery and Life Training Center, housing a job-training program for special needs adults. This program closed in July 2011. Page 2256 of 2519 135 (*Major Charles Cranford of New York and Daytona Beach is referenced on several occasions within the Palm Beach Society and News Happenings pages of the Palm Beach Post including entries from April 5, .1929 and another from January 14, 1936 in which Dr. Judd of Miami Beach and Major Charles Cranford are referenced in accompaniment.) (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era log cabin Page 2257 of 2519 136 4' + -. I ,io (Above)8128 Collins Avenue ('1934), Architect: EmilA" Ehmann, North Beach Depression era log cabin Page 2258 of 2519 137 (Above)8128 Collins Avenue (1934), Architect: EmilA. Ehmann, North Beach Depression era cabin Doao 1)trO nf 2(1 O 138 (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, Norlh Beach Depression era log cabin Page 2260 of 2519 139 (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era log cabin Page2261 of2519 140 4ryp€':t{- -^-a-a:i*-***ffi t,I{: lzt i fro! W{$' (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era log cabin ?age 2262 of 2519 141 (Above) 8128 Csllins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era log cabin ?age 2263 of 2519 142 (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era log cabin Page 2264 af 2519 143 (Above) 8128 Collins Avenue (1934), Architect: EmilA. Ehmann, Norlh Beach Depression era log cabin Page2265 of 2519 144 ryl, t./ ! ?, ; f," ,.1 .' WJ{i ,ir:'.'| ' (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era log cabin **:ir:ilti ::o4 Page 2266 of 2519 145 "i_;:;14 (Above) 8128 Collins Avenue (1934), Architect: Emil A. Ehmann, North Beach Depression era |og cabin Page2267 cf2519 146 (Above)8128 Collins Avenue (1934), Architect: EmilA. Ehmann, North Beach Depression era log cabin Page 2258 of 2519 147 THE LOG CABIN AND THE NORTH SHORE DEVELOPMENT TIMELINE Property records indicate the North Beach log cabin (1934) to be the earliest structure currently in existence from 79th Street to BTth Terrace - the northernmost sector of Miami Beach's present day city limits. There appear to be only three existing structures that pre-date the log cabin in the entire North Shore neighborhood from 73rd Street to 87th Terrace and the Atlantic Ocean to what is now the Tatum Waterway. Each of these are located within the Altos del Mar residential enclave east of Collins Avenue: 7729 Collins Ave. (1930), 7823 Collins Ave- (1927), 7837 Atlantic Way (1925). Based on this info, the North Beach log cabin and 7729 Collins Ave. referenced above, would be the only two existing structures to have been built in the North Shore neighborhood between 1928 and 1934 during the Florida land bust and at the height of the Great Depression. (A wood frame residence, the only such type of structure listed within the Altos del Mar Historic District, was also constructed by Carlos Schoeppl on Atlantic Way in 1932 that appears to no longer exist.) The two-year time span that immediately followed included five wood frame vernacular and clapboard structures built between 1935 and 1936 that were also included in the North Shore National Register District. 1936 also saw the introduction of the moderne architectural styles that would have marked a transition toward Post-War Modern and Miami Modern that would characterize the North Shore in the years following WWll. 1935 North Shore National Register District: There are only two contributing entires in the North Shore National Register Districi from 1935: 7945 Harding Avenue (1935), Wood Frame Vernacular residence, 330 76th Street (1935), Victor Nellenbogen, MinimalTraditional Clapboard residence (demolished in 2014). 1935 Altos del Mar local historic district: There were three contributing entries in the Altos del Mar local historic district from 1935 (and none from 1936): 7737 Atlantic Way (1935), Alexander Lewis, Mediterranean Revival 7735 Collins Ave. (1935), August Geiger, Early Ranch Style 75 7$lh Street (1935), Schoeppl & Southwell, Mediterranean Revival 1936 North Shore National Register District: 7611 Abbott Ave. (1936), Victor Nellenbogen, Wood Frame Vernacular Clapboard apaftments 7729 Carlyle Ave. (1936), Wood Frame Vernacular residence 7835 Harding Ave. (1936), Wood Frame Vernacular apadments 241 77lh Street (1936), Moderne apartments 7625 Abbott Ave. (1936), Moderne apartments 7625 Abbott Ave. (1936), Masonry Vernacular 7628 Abbott Ave.(1936), Moderne residence 7628 Abbott Ave. (1936), Masonry Vernacular garage Page 2269 of2519 148 (Above) 7945 Harding Avenue (1935), North Shore, Depression era wood frame vernacular/Colonial Revival (Above) 761 1 Abbott Avenue (1936), Victor Nellenbogen, Norlh Shore, Depression era wood frame vernacular Page 2274 of 2519 149 THE LOG CABIN AND THE BOOM AND BUST ECONOMY There are a handful of log cabins currently in existence within the northeastern section of the greater Miami area. Each of these were constructed between 1933 and 1936. This period is significant because it followed: The end of the Florida land boom (Florida's first real estate bubble)that crashed in the mid- 1 920s. The Great Miami Hurricane (1926), The Okeechobee Hurricane (1928), The Great Depression (1929), The Florida Medfly (Mediterranean Fruit Fly) invasion (1929) These series of events collectively decimated Florida's real estate, tourism and citrus industries. South Florida was still recovering into the early 1940s when the US entered World War ll. 1945- 1950 sparked what is considered to be the postwar boom. Having been built at the height of the bust and Depression, each of these log cabin structures is a clear and distinct reference to that time, as well as to the simplicity of the American frontier days. They include: 640 NE 1 14 Street (constructed 1933) Biscayne Park log cabin, Depression era WPA 8128 Collins Avenue (constructed 1934), North Beach log cabin, EmilA. Ehmann 650 NE 121st Street (constructed 1933) 640 NE 121st Street (constructed 1936) The North Beach log cabin is the only such structure in Miami Beach. HISTORICAL CONTEXT (Research in this section is ongoing and further exploration is warranted)* ln America during the early years of the Great Depression, the construction industry collapsed. Housing starts were down more than 90%, going from approximately one million new homes each year in the late 1920s, to only 84,000 new homes in 1933. Total spending on construction was reported at $6.6 Billion in 1928, versus $1 .3 Billion in 1933. ln Florida, this period is also significant because it followed: The end of the Florida land boom (Florida's first real estate bubble)that crashed in the mid- 1 920s. The Great Miami Hurricane (1926), The Okeechobee Hurricane (1928), The Florida Medfly (Mediterranean Fruit Fly) invasion (1929) which decimated Florida's citrus industry By 1932 US unemployment reached 13,000,000, eventually to reach 25Yo of the workforce, and the US economy was operating at less than half its pre-crash volume. The number of architecturalfirms in the US declined by 40% between 1928 and 1932 and the firms that remained open were forced to drastically reduce their staffs. By 1932, 85o/o of architects and architectural drafters were unemployed. Even eminent architects like Frank Lloyd Wright, considered by many to have been the greatest architect of the 20th century, faced hard times. Page2271 ot2519 150 Early years of the Great Depression were Wright's "longest fallow period" with only two buildings built from 1928 to 1935. ARCHITECTURE AND THE GREAT DEPRESSION (Research in this section is onooinq and further exploration is warranted)* It is stated that the buildings of the Great Depression were not just diminished versions of the architecture that had preceded it. A special climate existed during the Great Depression, and this special climate produced certain types of buildings. With the Great Depression, the nature of what was built was fundamentally altered. The built environment as well as the publications of public agencies during the period demonstrate that government projects had a great effect on American architecture during the Depression. Cecil D. Elliott's, The American Architect from the Colonial Era to the Present, acknowledges that radical changes took place in architecture during the Depression, and that most architects had to try io adapt to a world where people were not building much. He recognized that people in that uncertain time were demanding architecture and design that conveyed security. The modest Depression era vernacular Colonial Revival residences by Victor Nellenbogen (cited above) in the North Shore are possible examples. DEPRESSION ERA RUSTIC ARCHITECTURAL STYLE A/K/A DEPRESSION ERA PARK RUSTIC. GOVERNMENT RUSTIC (Research in this section is onqoing and further sources and exploration is warranted)* lmages: Works Progress Administration Depression era log cabin in Biscayne Park, FL (1933) Depression era log cabin residences in North Miami (1933) Palmetto trunk log cabins at Myakka State Park near Sarasota, FL (1934) Depression era log cabin community space in Seminole, FL (1935), Depression era Civilian Conservation Corps coral rock structures, (1933-1 9421, at Matheson Hammock Park, FL O'Leno State Park Civilian Conservation Corps log cabin under construction (1936) The Civilian Conservation Corps and the Works Progress Administration were pafticularly active in these Rustic Style projects. Often working under the direction of National Park and Forest Service planners, the Rustic style became a hallmark of their projects. The Rustic style carried over to projects outside of parks, and often miles away. Many private Rustic buildings were the product of their owners, both in design and construction. A number of private architects created Rustic style designs for public and private projects. The North Beach Log Cabin has many attributes that would seem to reflect this style as a testament to its historical context during the Great Depression: Rustic designs were intended to blend into their surrounding environments in both a natural and cultural sense. Buildings were simple in design and small in scale and intended to be practical and efficient. The construction was to be straightforward with "no faking." Colors such as warm browns were employed to subordinate buildings in their settings. Horizontal lines and low silhouettes were emphasized. Construction timbers and stone were obtained locally and were worked in a rough form reflecting native hewing, sawing, and dressing techniques. Rustic style cabins differ from pioneer log structures which were generally built during initial settlement periods and often exhibited crude construction. Rustic cabins generally have stone chimneys while pioneer Page 2272 of 2519 151 log cabins utilized metal flues attached to iron stoves. Rustic buildings have more commercially manufactured hardware and materials, such as wood window frames, doors, and interior paneling. Rustic buildings may also employ hip roofs, a form virtually never found on pioneer log structures. Toward the end of the 1930s rustic architecture was falling out of favor in park spaces. New materials and building techniques, and the cleaner lines of the lnternational Style beckoned the architects who felt that most rustic buildings had too much of a Hansel-and-Gretelfeeling to them. Funding for the work-relief programs diminished as the nation drew closer to World War ll, and consequently the abundant supply of men to peel logs and haul boulders decreased. The labor-intensive aspects of rustic construction were all the more reason to look toward cheaper methods of building in the future. When the war came the design ethic of rustic architecture had seen its heyday. *Further research and permits and building records exploration is suggested and warranted to properly explore and identify Emil Ehmann's other works between 1926 and 1936. Given the architect's prior service as a state official in Tallahassee as Florida supervising architect for public buildings, it is worthy of exploration to identity, if possible, the public projects that he supervised as a Staie Official as wellas any possible connection to Civilian Conservation Corps, Works Progress Administration, Federal Emergency Relief Act and Public Works Administration projects and/or any of the other rustic/log cabin style structures that were constructed in Florida between 1933 - 1942. Select Cited Resources in this section: http://www.cmh pf .orglCharlotteArch I nG reatDepression.htm, htip://plainshu man ities.un l.edu/encvcloped ialdoc/eg p.arc.01 6, http://www.historycolorado.orq/sites/default/files/files/OAHPlcrforms edumat/odfs/1642.pdfl The National Park Service https://www. n ps.qov/parkh istory/on line bookslharrison/harrison0.htm Page 2273 of 2519 152 rq r{ $# ,* J (Above) 640 NE 1 14 Street (1933), Biscayne Park, Depression era WPA log cabin Page 2274 of 2519 153 Page 2275 of 251 9 154 (Above)Civilian Conservation Corps., Matheson Hammock Park, Miami, FL, Bathroom Structure (1933) (Above)WPA Community Log Cabin, Seminole, FL (1935) Page2276 of 2519 155 (Above) Myakka State Park, FL, Civilian Conservation Corp, Palmetto Log Cabin (1934) - (Above) Civilian Conservation Corp Log Cabin Under Construciion (1936), O'Leno State Park, FL Page2277 of2519 156 May 25,2017 Frank Garcia, Construction Manager City of Miami Beach Property Management Department 1833 Bay Road Miami Beach, Florida 33139 RE: Proposal for Professional AE Services; Evaluation of Existing Log Cabin Structure at North Beach; City property at 8100 Collins Avenue Dear Mr. Garcia: Pursuant to City of Miami Beach's (CMB) request, BEA Architects has prepared the following evaluation report for the existing Log Cabin structure located at a CMB nursery propefi at 8128 Collins Avenue, Miami Beach, Florida. The intent of this evaluation is to provide CMB with general information regarding the condition the Log Cabin structure, and possible options for its utilization, within the context of a proposed redevelopment of the nursery property. This evaluation also provides a general cursory review of probable construction costs associated with the proposed options. The evaluation is based strictly on observable conditions of the structure; there is no testing (destructive or non-destructive), nor analysis of the structure. DESCRIPTION OF THE REFERENCED STRUCTURE: The Log cabin is a single story wood structure with an interior area of approximately 1 ,000 SF. The Log Cabin appears to be constructed in the traditional method of Log Cabin construction, utilizing whole BEA architsctr I 3s75 n!v ssuth river drivE, miami fl 3314? rel:3c5.46'l .2053 €xtl00 I Pa0e227ffi%1934.05?9 I www.beai.com A,Af(nn1(t-, 157 arshitects BE tel A archite : 305.46 wooden logs laid in horizontal fashion, intersecting at the corners with jointed connections; the horizontal gaps between the logs filled in with a stucco, concrete or grout-type material. The structure includes a central coral rock chimney; roof construction is wood framed with round rafter wood members; flooring is wood planking. The building is not sprinklered. Existing windows are covered in plywood. The exterior roof material is asphalt shingles. The exterior wood members of the Log Cabin bear evidence of significant deterioration (rot) and possible termite damage, the building is in a state of disrepair and in overall poor condition. Numerous locations at the exterior logs where rot has caused deterioration have been filled in and patched with concrete. The building is reportedly infected with fleas and vermin (this made a follow-up interior visit impossible until building is fumigated). The building is currently utilized, in part, for storage. The building is not in a state suitable for public occupancy. Per drawings provided by the City for adjacent newer concrete structure the Finished Floor Elevation of the Log Cabin is 8.10' Bay Datum; by comparison, the newer structure has a Finished Floor Elevation of 10.6' Bay Datum (9.81 NGVD). The existing floor level of the Log Cabin is below Flood Elevation for its location; its proximity to the Atlantic Ocean places this structure under High Velocity wind requirements (unlikely to be met by this structure). Per information provided by the City, the Log Cabin has NO historical designation, nor to BEA's knowledge any potential for such designation. Many aspects of this Log Cabin structure appear to be non-compliant with cunent building codes. It should be noted that the interior configuration of this building (low ceilings, small spaces, poor natural light, poor ambient control) does not lend itself for use as a public gallery or exhibit space. BEA understands that the current building location is in conflict with the planned redevelopment of the site. Refer to attached photographs for additional graphic information of existing conditions. ct$ I :fr75 nw so*th river drive, miami fl 331,{e 1.1053 ext100 I P@e227g}f,ffi19-34.05ee I w1trw.beai.€sm A A atnn1t11 158 POSSIBLE UTILIZATION OPTIONS PROPOSED BY CMB: OPTION A: Conduct a major upgrade of the existing structure to comply with applicable building codes; make the building suitable for public occupation, including upgrade of bathrooms and full ADA accessibility. Possible functions may include gallery space, dxhibit space, classroom space. OPTION B: Physically raise the structure from existing foundations (on-grade), and relocate elsewhere on the nursery property site without any improvements to the building. A future use to be determined; not for public use. OPTION C: Maintain existing structure as a non-occupied space (such as a gateway); this will still require structural upgrades, and possibly removal of significant portions of the existing building, OPTIONS REVIEWCOMMENTS: OPTION A: Conduct major upgrades of existing skucture to comply with current code; given the extent of deterioration of the existing structure, the unconventional type of construction, and the existing (below flood level) floor elevation it is reasonable to state that making this structure code compliant is synonymous with construction of a new replacement structure of similar size and configuration utilizing conventional contemporary building methods and typology. Thus, BEA recommends demolition and removal of the existing Log Cabin structure, and construction of a similar replacement structure. OPTION A_ CONSTRUCTION BUDGET INFORMATION: Demolition/Removal Allowance : New Construction of 1,000 SF single story building at $200/SF: Allowance for exterior Arch itectu ral enhancements: Allowance for exterior Site Work: $ 15,000.00 $ 200,000.00 $ 75,000.00 $ 50,000.00 river drive, rniami fl 33142 I wwlv.beai.com PaQe22803o0%1934.0see I AA :ss01s1.? Allowance for interior build-out: $ 50,000.00 SUBTOTAL:$ 390,000.00 Continqencv/Fees (25%): $ 97.500.00 TOTAL REPLACEMENT BUDGET:$ 487,500.00 BEA a t^1, 2tet. J rchitect! I05.46't.2053 3075 nw s*uth ext100 I 159 I BEA fal.(Y r. arshitects OPTION B: Relocation of the existing Log Cabin to another location on the nursery site; BEA considers this option to be highly unlikely to be satisfactorily achieved. The existing condition of the building and the type of conskuction (Log Cabin), makes this structure very difficult to physically lift and move without damage or possible collapse. Another strategy for relocation may be to disassemble and reassemble the structure piece by piece; this will likely require replacement of many deteriorated pieces and extensive reconstruction of the structure. BEA does not recommend relocation/disassemblylreassembly of this structure as the City would be left with a still unsatisfactory, impractical, non-code compliant structure at a different location on site, still requiring extensive improvements or replacement. This will be a continued liability to the City. OPTION B - CONSTRUCTION BUDGET INFORMATION: BEA cannot assign a Budget or Allowance to this option OPTION C: Maintain existing structure as a non-occupied space (such as a gateway); BEA considers this structure - regardless of its occupancy status - will need to comply with numerous code requirements (including structural High velocig wind requirements) if it is to remain on site as part of the new planninglredevelopment of the nursery site; this will entail significant work, probably reconstruction/replacement with new construction. OPTION C - CONSTRUCTION BUDGET INFORMATION: BEA proposes an ALLOWANCE of $150,000.00 for construction of a new (non-occupied) gateway structure. NOTE: Construction of a new gateway or entry feature on site (regardless of a resemblance to the existing Log Cabin) has the added value of enhancing the site for the new redevelopment; such a feature can become an icon/marker/branding element in establishing this new destination outdoor space on north Collins Avenue. lert, I 3675 nw south river drive, miami fl 33.1,I? I wr,i;w.beai.c$m 5't.2ss3 €xtl00 I Pa0e22813o6S1S34.0599 I AA:s00161? archi 305.4 160 CONCLUSIONS/RECOMMENDATIONS: arrhitects Whereas BEA can understand certain interest in maintaining this Log Cabin, it is important to recognize the deteriorated state and possibly obsolete nature of the structure, including the overarching fact this structure has no historical designation. Short of replacing this structure with new construction, including raisin its floor above Flood Elevation, this structure cannot reasonably be maintained on the site. It is possible to replace the Log Cabin with a similar sized and scaled building; this may or may not be designed to recall the Log Cabin construction (at least visually). This may require a considerable expenditure; such a building may also not be necessary or conducive to the new redevelopment program intended for the site. lt is also important to note that the adjacent concrete building located immediately north of the Log Cabin, is an excellent candidate for renovation/adaptation to support the new redevelopment program; this building has none of the structural or floor elevation issues afflicting the Log Cabin. BEA considers this building is a better focus of the City's funding for redeveloping and repurposing the nursery site. Lastly, as an altemative to attempting to salvage the Log Cabin as a gateway or entry way, there is an opportunity to create a new gateway feature (with new construction) to identify as an icon the new redevelopmenUdestination on Collins Avenue; this is also a better focus of the City's funding. BEA Architects appreciative of this opportunity to assist the City in evaluation of this existing building. Please let us know if we can provide additional information. Sincerely, BEA architects, lnc. Bruno E. Ramos, AlA, GC, NCARB, LEED AP Principal-ln-Charge BE fel ar 30 chitectr I 5.46',l .2053 i075 nw s*uth river drive, mianri fl 3314: extl00 I PaQe8'2823rc6%1934.G599 I w\cttv.beai.Cofn AA:S*0161? 161 archit€cts Log Cabin lnterior Log Cabin lnterior iit,4 ,lrrlritattg tpt: 1{i(',4,i1.}{i5 :it:,,5,rt,r *Urtttt rit'tI tjrlVr:, ry'rilnti fl ]p;rtt*tl t ea!e22g3bfb61$14 tlleq !;y !r/ r..r. i] C,t I . { D 1l-l *& 2**0tsl: 162 ar*hitects Log Cabin Exterior - North Log Cabin Exterior - West BEA archita(ts 1tpl:3s5,4S1.2053 3QI5 nw *$r"rth river dr1ve, fiifltl.ti fl 3 e x t 1 0 0 I ea$e ZzA+bf2Et$ 3 4 . 0 5 e s www.b*ai.(s*I &A ls$016"t 2 ?1' a 163 architects $ Log Cabin Exterior - Northeast Log Cabin Exterior - North '::i iii t1lil. BIA *rchite{ts ]tpt: l*5"4S1.:053 ls75 nr,v routlr extlt]0 I rir",er driva, mianri fl 3 pa6ezzasb&.Ltf 3 4 ' o 5 s e wlitJlt/.beai.tufi &A:S00r6r2 164 l architects BE& archit*{ts Itpl; -105.4&i.2ll5l 3075 ilrr.r s*uth extl00 t rivpr dr1ve, miarri fl 3 naleazaobfb6t$I4 o1Ee .:.' i:-;. :1. ;,. : ",':^.ff:;i:rfi Log Cabin Exterior - North Log Cabin Exterior - North lii:i' 6&$ry..;1,;;.;"i r:1. i -j +:-;.:.ir. ' '{ ''}s w!v!v.i:eai.{&nl AA 2$Sfrt6r2 165 arshitects Log Cabin Exterior - East Deatil Rotted Wood BE& *rrhitrcts lrpI: IS5.4*l.]-053 :075 n\,!'ii)utli rxt'l fi$ I ri'.,0r driv*, niarni f] "-t pa6ezzazbfDLt* I 4' u 1 e e tid!,vrv.b*ai.(*lll AA:***i612 166 arffhitects BEA archite(t5 I tpl: 305.46i,1053 3oi5 nw rsuth river drlve, miami fi 3 e x t 1 0 0 I pa6aZpgebf2$rS 3 4. 0 5 s q Deatil Rotted Wood Deatil Rotted Wood rAr'vJw.beai.c0m AA:6*0.r 612 x1i1 167 ar*hitects Deatil Rotted Wood Deatil Rotted Wood BgA archite(ts Itel:3S5"461.,}051 3075 ilw ssutlt extl00 I river drlve, mi*nri fl "1 ]14: pa6eezagbfaE$3 4' o 5 e s I www.beai.(*rn AA ?60CI1612 168 architects Deatil Rotted Wood BEA archltee i5 I tel:305.4S1.2053 3075 nw s*ull'r extlS0 I river drivp, miami {l } ealezzoob{,bbt$ 3 4' o 5 s e www.bBai.{&fi A& ?60016r2 3',] 43 169 Itlct{ENZIE CONS'IRUClION f_r.r-rn_ --E- --:r-,+._ McKenzie Construction LLC 2247 NW lTthAvenue Miami FL33l42 July 12,2017 Francisco Garcia, Consrruction Manager Ciry of Miami Beach Property Management Department 1833 Bay Road Miami Beach, Florida 33L39 RE: Consuuction Estimate for Existing Log Cabin Structure at North Beach - 8100 Collins Ave. Dear Francisco, fu ir relates to the existing Log Cabin Structure at North Beach, McKenzie Consrruction is providing herc a rough esdmate for the construcdon seryices co rehab this properry. The rough estimate provided here is based on a combinadon of the following items: 1. Visual inspection of the current conditions of the properry per a site visir 2. Review of the documents provided to us from BEAfuchirects dated 5.25,L7 3. Internal Mckenzie historic construction data from the rehabbed Log Cabin for the Village of Biscayne Park during the 2016 year. 4. Our best educated estimate that approximately 450/o of the oristing logs would have to be replaced in order ro keep rhe srucural integriry of the cabin. McKenzie Construction is also able to provide Design services as needed to help make the process in rhe improvement and rehabiliration of this Log Cabin a smooth one. If you have any questions, pleasc do not hesitate to conlacr me. A -4/ |--"" ,/ I,z/ _ --"*l*---{:--/ Hector M. Gonzalez Senior Project Manager McKenzie Construction ZZ47 NW 17th Ave. Miami, FL 33142 o:786-4L2-7341 www.buildmckenzie.com 1 Page2291 of 2519 170 GOilflfiJcItil{ E]EEI-E-:- :.T- 22lt7 N.W l7 AVENUE MIAMI, FL 13142 786 4127141 . pho e 786 /ta4 0429 . lax SCHEDUTE OF ESTIMATES FOR NORTH BEACH tOG CABIN RESTOMTION tOG CABIN : NORTH BEACH ,rellmlnaru Rouoh Budoet wl no Dlans \DDRESS:8100 Collim Ave Miami Beach, FL )uration 20 weeks ]UILDING MUNICIPAL ryPE:I story Log Cabin )ATE 7n2no17 Size 1,000 SF Approximately )ermits 3v Owner troiect Manaoement El,500^ilk $ 30,000.00 :ield Suoerintendent E2,000t\nk $ 40,000.00 Temporary Utilities (Power & Waler)$75/wk + $2,000 Setup fee $3.500.00 femooraru Toilets B150wk o 2.400.00 frash Removal and Dailv Cleanuo $25Ohflk $4,000.00 ieneral Labor $600/wk $ 12_000_00 :inal Cleaninq $ 1.300.00 )rotection and Safetv s 2,500.00 3lueorints. coDies and document control $500 )arkinq $5otuk $1.000.00 )emolition $ 12,000.00 femite Treatment $750.00 \sohall Pavirc. Siomoe & Markinos $4.200.00 lonsete Paving, Sidewalks & Curbing $ 3.400.00 N/C ! -ands€Dino Ntc b )oncrete Works and Foundation Pier to Raise Buildinq $ 24,000.00 Stone at Chimnev and Curb Reoairs s 4.200.00 Concrete Sidewalks $ 3,800.00 ffiNlEl,_ffim \luminum Handrails s 3,100-00 :oundation Carpentry Repaire $ 7.500.00 \,lew Timber and Loq Structural Works $ 95.000.00 \,lew Porch Timber Works s ;hinkinq & Stainiqn Restoration Works s 35.000.00 :xistino timber reoaiE and hardware $ 18.000.00 Roof Sheathino $ 5.000.00 Cabinetrv $ xi R.oofinq Shakes and lnsulation $ 31,s50.00 /Yood Doors and Windows $ 30,000.00 Hardware lnc Dmr & Windows lnstallation $5.500.00 Wood ShufteE ad Hardware Ntc $ Wood Flmrino $ 13,500.00 ivood and Floor staininq $2.200.00 lathroom AGsories and Miroc $1.500.00 lalhrmm Sidn2dc $150.00 leinstall Fire Extinouishers Re Use Existinq $50.00 Paoe2292 of 2519 www.BUYLDMc KE NZI E.com 171 N/A Ntc N/A N/C Fire Sorinkler Work includino backflow s 12.590.00 N/A Ntc $ Restroom Plumbino and Fixtures $ 5,700.00 HVAC Material & Labor $ 21,000.00 :lectricl Work s 60.000.00 :ire Alam s 11.000.00 -iohtino Fixtures s 15_000.00 :OST OF CONSTRUCTION $ 522,690.00 lontinoencv 115ol"1 3 78-403-50 :oNTRACTOR FEE OH & Profit {12%l s 72.131.22 ,&P Bond (2%)12,021.87 ieneml Llabllitv lnsurance (170)i 6,010.94 rOTAL BID s 685^246_59 FIRMNAME MCKENZIECONSTRUCTION Paoe 2293 of 2519www.8U ItDM cKE NZ I E.com 172 GENERAL ASSESSMENT REPORT FOR THE EXISTING STRUCTURAL SYSTEMS AND FEASIBILITY STUDY FOR POSSIBLE RESTORATION AN D/OR RELOCATION EXISTING LOG CABIN 8128 COLLINS AVENUE MIAMI BEACH, FLORIDA SEPTEMBER 1,2417 PREPARED BY: DOUGLA$ WOOD ASSOCIATES, INC. VIIWW, DOUG LASWOOD. B IZ Paoe 2294 of 2519 5O4O N.W. 7" STREEl:SUtTE 820, r\4rAMt, FLORTDA 33126 Ori L' ? ,-. 1-*. ^LrtJ- 3tti roF,({ .i rr96 dE* d ;.. --- ....., t,'.' $tf l iJ*'i$*e t H N fir.]L"{;nsA,A/EO EMPLOYERIEB6353 173 GENERAL ASSESSMENT REPORT FOR THE EXISTING STRUCTURAL SYSTEMS AND FEASIBILIry STUDY FOR POSSIBLE RESTORATION AN DIOR RELOCATION EXISTING LOG CABIN 8128 COLLINS AVENUE MIAMI BEACH, FLORIDA 51'RLJfrTUR"qL E N$ I N EEfi S September 1,2017 INTRODUCTION General As requested by the City, we have conducted a general assessment of the present conditions of the existing primary structural systems for the existing log cabin located at 8128 Collins Avenue in Miami Beach, Florida. We have also considered the feasibility of restoration and relocation of the existing building. Purpose The purpose of this investigation was to provide a general assessment of the present conditions of the existing primary structural systems at this point in time and to provide a general determination of how these conditions may relate to future repair, renovation and restoraiion. The feasibility of relocating the building has also been considered. Scope This investigation includes the primary structural systems for this existing building. Primary structural systems for this building generally consist of the following: - Roof sheathing and roof framing,- Floor sheathing and floor framing,- Bearing walls (logs), columns and beams, and- Foundations. Primary structural systems do not include roofing or other waterproofing systems, doors, windows, decorative elements, fixtures, non-bearing partitions, and architectural finishes. While conducting our structural observations, however, we may have observed conditions relative to some of these systems or observed conditions in these elements that relate to structural systems, and we may report them herein for the benefit of the City. WWW.DOUGLASWOOD.BIZ 5040 N.W. 7TH AVENUE, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EeuAL oppoRruNrry EM".EvBRe 2295 of 2519 i:::l .-"i I i 8so= t$i{s dH EHfi{ 174 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMI BEACH, FLORIDA SEPTEMBER '1,2017 PAGE 2 OF 16 Roofing, insect infestations (including termites and other wood-destroying insects), mechanical, plumbing and electrical systems, environmental issues (including radon, mold and ground contamination) and hazardous materials (including lead paint and asbestos) are not included in the scope of this structural assessment. lf the City desires information relative to these items, the City will need to hire appropriate professionals and technicians. WUVW.DOUGLASWOOD.BIZ 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EeuAL oppoRruNrry EM"TEER. 2296 of 2519 175 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEACH, FLORIDA METHODOLOGY AND LIMITATIONS SEPTEMBER .I, 2017 PAGE 3 OF 1g Our investigation of the existing conditions was primarily conducted as follows: - Visual Observationso Where architectural finishes remain in place structural members and connections are concealed, and direct observation of structural materials was limited. Since no asbestos report was made available to us, we did not disturb existing materials which might contain asbestos. o Where structural members were not or could not be directly observed, a sampling of members was observed, or observations were directed at secondary signs of structural distress such as cracking, bulging, staining and deflections. Also, due to the constraint of time, investigations did not include an exhaustive member by member inspection. Therefore, it must be recognized that at future times, deteriorated or distressed structural components that were not directly observed or specifically reported during this investigation, may be found. lf must be noted that this building is very old. The Miami-Dade County Property Appraiser indicates that this building was constructed in 1934. Construction practices at the times of the original construction and of subsequent modifications vary considerably from those of today. This is particularly true for the design of wind resistance, but is also true relative to gravity loads. Therefore, there are many aspects of the existing structural systems which do not conform to today's standards, practices and codes. - Limited "sounding" of existing concrete members (stemwalls) o "Sounding" consists of tapping the surfaces of existing concrete members using a small steel hammer. Areas which respond with a hollow or dull sound indicate areas of spalled or otherwise deteriorated concrete or masonry. - Limited probing of wood memberso Sample locations along several wood members were probed with an awl or a sharp screw driver to determine a general degree of deterioration of the wood members in the sample locations. - Explorationo As requested by Douglas Wood Associates, City personnel cut openings through the existing floor boards in three locations so that the existing floor framing and stemwalls/footings could be observed. The three locations are: 1) Southwest corner of central room (original dining/living room), WWW.DOUGL,ASWOOD,BIZ 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EouAL oppoRruNlry.*rrtvBRu 2297 of 2519 176 2) lnside south side closet of southwest room (original bedroom) (Refer to Photograph No. 1), and 3) North side (back side) of existing fireplace (in existing restroom) (Refer to Photograph No. 2). o Also, as requested by Douglas Wood Associates, City personnel excavated the soil outside the southwest corner of the cabin (Refer to Photograph No. 3) to reveal the existing concrete stemwall). Calculations have not been performed to verify the adequacy of the original design and construction of the existing structural systems for this building. Douglas Wood Associates assumes no responsibility for the structural design or construction of this existing building at this time. The findings presented in this report do not imply any warranty on the performance or Building Code conformance of the existing structural systems. ln the absence of observations to the contrary, we have assumed that the existing structural systems were properly designed, permitted, constructed and approved in accordance with the building code and general design and construction practices in effect at the time of construction. Also, while we performed observations of the existing structural systems, our observations were limited by time constraints and to what could be readily observed in the existing building. No sampling and testing of existing materials (except as noted above) were conducted for this investigation. EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEACH, FI.ORIDA www.D0uGLA,sw00D.Brz 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EouAL oppoRruNrry EMp.tAR" 2298 of 2519 SEPTEMBER '1,20'17 PAGE 4 OF 1$ EB 6353 177 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMI BEACH, FLORIDA SEPTEMBER 1,2017 PAGE 5 OF 16 GENERAL DISCUSSION ln general, this building could be considered to have withstood the "test of time" and therefore, to have structural systems that were generally considered adequate for their intended purposes. However, it must be recognized that the standards, methods, products and practices of the time this building and subsequent modifications were made vary considerably from those of today. Therefore, there are many aspects of the existing structural systems which do not conform to today's standards. practices and codes. lt should also be noted, however (as will be indicated in this report), that there are numerous areas of significant structural deterioration. It also should be recognized that standards of structural engineering practice for older, buildings were far lower than those of today. A structure such as this one would not have been designed by an engineer. Resistance to design gravity loads, live-load deflection and high wind forces in older buildings are almost always deficient relative to current standards. While this building may have survived hurricane force winds, it should be noted that the effects of wind on a building may vary greatly depending on wind direction and wind exposure (which, as a function of the building's surroundings, can substantially change over time). Of course, structural deterioration is also progressive. Therefore, a building's performance in one hurricane may be very different than its performance in another hurricane. www.oouGLAswooD.Btz 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT'E ACroN r EeuAL oppoRruNrry EM",-E',8R" 2299 of 2519 178 EXISTING LOG CABIN 8128 CCILLINS AVENUE, MIAMI BEACH, FLORIDA EXISTING SITE CONDITIONS RELATIVE TO STRUCTURAL ISSUES SEPTEMBER 1,2417 PAGE 6 OF 16 Environmental lnfluences Hurricanes All of South Florida is vulnerable to hurricanes, and most all older buildings in South Florida, including this building, have been subjected to hurricane-force winds. Past performance, however, cannot be considered a reliable predictor of future performance. Obviously of course, deterioration is progressive, and structural systems may weaken over time. Wind direction and the effects of surrounding trees and construction are also significant factors. Flooding Floods are possible in most of the coastal regions of South Florida. According to Miami-Dade County's website, this building is located within a FEMA AE-8 flood zone, which places the Base Flood Elevation (B.F.E.) at +8.0 ft. N.G.V.D. Current FEMA and Miami-Dade County requirements put the Design Flood Elevation (D.F.E.) at B.F.E. plus 1.0 ft = 9.0 ft. N.G.V.D. Current City of Miami Beach policy for City-owned buildings is even higher (up to B.F.E. plus 3.0 ft = 11.0 ft. N.G.V.D.). At this time, information relative to the elevation of the existing floor has not been provided. Therefore, we do not know the existing floor elevation relative to these B. F.E./D.F.E. elevations. General Building Code lssues Relative to Future Repair. Renovation and Additions For this discussion, we refer to the Florida Building Code, 2017 and the Florida Building Code - Existing Building, 2017 (the 2017,6'n Edition, is presently scheduled to be effective on December 31,2017). Of course, it is possible that future Building Code editions may contain changes appticable to future repairs, renovations and additions of this building, but we cannot speculate on such future changes. At this time, the Building Code will generally allow straight forward minor repairs to structural members, without requirement for a specific investigation of the adequacy of the existing members. Any future renovations with a work area of less than 50% of the total floor area would be classified as an Alteration Level 2. "Work Area" is generally defined as reconfiguration of spaces. ln any case, however, any change to a structural member would require compliance with current Building Code requirements for that particular member and for any affected members. lf it were determined through specific and appropriate investigation and evaluation that a structural member or system were "dangerous" (as defined in Chapter 2 of the Florida Building Code * Existing Building, 2A17), it would be required to correct the dangerous condition. Where it is determined that the building as a whole or specific systems have suffered "Substantial Structural Damage" (as defined in the Florida www.DouGLAswooD.Brz 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT'E ACroN / EouAL oppoRruNrry EM".E€H. 2300 of 2519 179 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEAChI, FLORIDA SEPTEMBER 1,2417 PAGE 7 OF 16 Building Code 2017 - Existing Building), such damage would need to be corrected and brought into compliance with current Building Code requirements. When proposed renovations have a work area greater than 50% of the total floor area, a project will be classified as an Alteration Level 3. The Building Official should be consulted where there is any question of interpretation relative to the determination of Alteration Level 2 or Alteration Level 3. Under Alteration Level 3, there are two levels of structural consideration. lf less than 30% of the total structural area (floors and roofs) is directly involved in the renovation, structural aspects of the renovation are generally the same as for an Alteration Level 2. The area considered to be directly involved in the renovation is generally calculated to include all areas of roofs and floors undergoing structural alteration plus all areas (not already included) of roofs and floors which are gravity-load-tributary to any vertical structural support members which are altered. When the area of structural alteration exceeds 30% of the total floor and roof area, the project is considered a Substantial Structural Alteration. For such case, it is required that the altered building conform to the current Florida Building Code Requirements for wind loading. lf a change of use for the building were proposed, structural enhancement for current Building Code requirements for wind loads would be required, if the proposed occupancy qualifies as a higher Risk Category as defined in ASCE 7. lf the cost of proposed repair, renovation, restoration, enhancement (and additions, if applicable) exceeds 50% of the current construction cost value of the existing building, it would be necessary for the altered building to be brought into compliance with current FEMA flood design requirements. lf a building is officially designated as historical, it is possible to obtain a waiver of flood design requirements. Section 707.32 of the Florida Building Code - Existing Building 2017 also requires that when a building is reroofed, the connections of the roof sheathing and roof framing members be brought into compliance with current Building Code requirements. Proposed additions would need to comply with Chapter 11 of the Florida Building Code - Existing Building. Due to the extent of deterioration and collapse in this building, it appears that any future renovation would be classified as correction of Substantial Structural Damage and as a Substantial Structural Alteration under Alteration Level 3. Therefore, structural systems will need to be made to comply with current Building Code requirements for strength and performance. WWW.DOU GLA,SWOOD. BIZ 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMATI,E ACroN / EouAL oppoRruNlry ,*",-E€R" 2301 of 2519 EB 6353 180 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMI BEACH, FLORIDA SEPTEMBER 1,2017 PAGE 8 OF 16 GENERAL BUILDING CONFIGUR,ATION This building was originally constructed as a one-story residence. The overall configuration appears to remain generally as originally constructed (Refer to Photograph No. 4 through 8). A rear porch with flat roof and concrete floor slab appears to be an addition (Refer to Photograph No. 4). The interior layout of the building also remains mostly as originally constructed with a central living/dining room, two bedrooms and a bathroom to the south side and a bedroom, bathroom and kitchen to the north side. WWW.DOUGLASWOOD,BIZ 5040 N.w. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E Ac,oN / EeuAL oppoRruNrfi .rr.t€fl" 2302 of 2519 181 EXISTING LOG CABIN SEPTEMBER 1,2017 8128 COLLINS AVENUE, MIAMI BEACH, FLORIDA PAGE 9 OF 16 GENERAL DESCRIPTION OF EXISTING STRUCTUR,AL SYSTEMS BY BUILDING SECTION Roof The main roof has a hip configuration (Refer to Photographs Nos. 4 through 8) with an added flat-roofed rear porch roof. The roof structure over the northern and southern rooms consists of plywood (not original) over spaced wood boards on wood rafters (Refer to Photographs Nos. 9 through 14). There are horizontal wood ceiling joists which bear on the exterior walls and on interior partitions. These joists generally span east-west and are not generally aligned with the roof rafters. The exposed exterior eave rafters are small-diameter logs, and at the north and south areas, they are cantilevered from the main roof rafters (Refer to Photographs Nos. 12 and 15). The roof over the center portion of the constructed with exposed wood log Photographs Nos. 16 and 17). building (original living/dining room) was rafters, braces and bridging (Refer to The roof over the front porch is not presently accessible. The rear porch roof appears to be an addition. lt is constructed of plywood sheathing, wood rafters and wood beam (Refer to Photographs Nos. 4, 18, 19 and 20). Bearing Walls The primary structural bearing walls are the exterior wood log walls. These walls bear on the exterior concrete stemwalls- There are also interior log walls along the north and south sides of the central living/dining room (Refer to Photograph No. 21). These walls provide some support for the roof and ceilings. These walls bear on wood beams, which bear on the concrete stemwalls and on concrete piers. These interior log walls interlock with the east and west exterior log walls, and their log ends are exposed on the exterior (Referto Photographs Nos. 4,7,22 and 23). The interior partitions (other than the interior log walls) are wood-framed, and they support the ceilings. These partitions bear on the floor framing. Columns The northeast and southwest corners of the front porch roof are supported on cylindrical concrete columns (Refer to Photographs Nos. 7, 8 and 24). We assume that these columns were originally wood logs and that concrete columns were substituted at some later time. WWW.DOUGLASWOOD.BIZ 5040 N.W.7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFT RMAT,E ACroN / EouAL oppoRru N lry EMrt&,ARu 2303 of 25 1 9 182 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEACH, FLORIDA SEPTEMBER 1,2017 PAGE 10 OF 16 The wood beam at the west edge of the rear porch roof is supported on steel pipe columns. Fireplace/Chimney The fireplace and its chimney are constructed of oolitic limestone rubble (refer to Photographs Nos. 8 and 25). Below the floor, however, the stemwalls below the fireplace are constructed of concrete block (Refer to Photograph No. 26). Floors The interior floors consist of a single layer of wood flooring (no subfloor/sheathing) on wood joists (Refer to Photographs Nos. 1, 27 ,28 and 29). The joists span in the north-south direction. The joists bear on top of the concrete stemwalls (set in notches in the lowest log) (Refer to Photograph No. 28), and they bear on interior wood beams (Refer to Photograph No. 27). The beams bear in pockets in the concrete stemwalls (Refer to Photograph No. 27) and on interior concrete piers, formed using S0-gallon steel drums (Refer to Photographs Nos. 27 and 29). The interior log walls (north and south sides of central room) bear on the floor joists above the beams (Refer to Photograph No. 30). The floors of the front and rear porches are concrete slabs-on-ground. Foundations The primary foundations consist of concrete stemwalls founded on continuous concrete wall footings under the perimeter log bearing walls (Refer to Photograph No. 27). The depth of the footing varies somewhat (i.e., it is sloped). The steel pipe columns at the rear porch bear on the edge of the concrete floor slab (Refer to Photograph No. 31). lf there are footings for the front porch columns, they are buried and were not observed. yvll\n-i/. D0uG LAswoo D. BIz 5040 N.W. 7TH STREET, SUITE 820, MIAMI, FLORIDA 33'126, T: (305) 461 - 3450 AFFTRMAT,E AC,.N / EOUAL oppoRruNrry.*rrE€R" 23a4 of 2519 183 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEACH, FLORIDA SEPTEMBER 1,2417 PAGE 1I OF 16 GENERAL ASSESSMENT OF PRESENT CONDITION OF EXISTING STRUCTURAL SYSTEMS Specific Areas of Noted Significant Structura! Deterioration or Damage Roof 1) ln general, with some exceptions, most of the interior roof framing members appear to be in fair to good condition. Many of the exterior roof members, however, have noticeable deterioration and/or damage. 2) Many of the exposed small-diameter log eave rafters have significant amounts or rot, insect damage or both (Refer to Photographs Nos. 32, 33 and 34). Many of these eave rafters appear to butt against the fascia. We assume that these eave rafters have been replaced at some time. Continuity with the interior rafters is not apparent at this time. Without continuity, they do not support the eave. 3) Numerous locations of the eave sheathing boards exhibit insect damage (Refer to Photograph No.32). 4) There is significant insect damage and/or rot in the rafters and beam of the rear porch (Refer to Photographs Nos. 18, 19, 20, 35 and 36). 5) There are a few areas of rotted plywood sheathing in the roof of the rear porch (Refer to Photograph No. 20). 6) There is a yellow covering in the lower length of the southeast hip ridge board (Refer to Photographs Nos. 9 and 37). This appears that it may be a fungus. Log Walls 1) The entire north wall (Refer to Photograph No. 8) and approximately 2 to 3 foot returns at the east and west walls appear to be constructed of pressure-treated logs. lt appears that these areas were entirely reconstructed at some point in time. Where the replacement logs meet the original logs in the east and west walls, the logs are butted to each other (often with mortar or chinking to fill and seal the joints) (Refer to Photographs Nos. 38 and 39). The lack of continuity in these logs results in a lack of structural capacity relative to lateral wind pressures. 2) The later pressure-treated logs exhibit weathering, splitting and some areas of minor rot. 3) The uppermost log in the north (replaced) wall, was installed in segments (rather than continuous). Again, this arrangement lacks structural capacity relative to wind pressures. 4) While the interior surfaces of the logs remain in fair to good condition, the exterior portions of the original logs are significantly deteriorated. Deteriorated conditions www.D0uGL.A,sw00D. Btz 5040 N.W.7TH STREET, SUITE 820, MIAMI, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EouAL oppoRruNtry EMr.EAfu 23as of 2519 184 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMI BEACH, FLORIDA SEPTEMBER 1,2017 PAGE 12 OF 16 include rot (slight to severe), splitting and delamination of rings (Refer to Photographs Nos. 40 through 59). ln many locations, these conditions penetrate deep into the logs. 5) Many of the logs have been previously patched with mortar (Refer to Photographs Nos. 48,49,61,62,63 and 64). Some logs have been patched with inserts of dimension lumber and mortar. These are inappropriate patches. Many of these patches are now failing due to progressive deterioration and rot. 6) The chinking between logs in the exterior walls is in generally poor condition. This is particularly true of the exterior sides, but also extends to the interior sides in many locations. Chimney 1) The chimney and fireplace appear to be unreinforced masonry. Porch Columns 1) The concrete slab at the northern pipe column of the rear porch is cracked (Refer to Photograph No.31). Floor 1) Some of the floor sheathing and joist segments under the north side restroom (north side of fireplace) have been replaced. The joist splices do not appear to be adequate (Refer to Photograph No. 60). 2) There are no provisions for ventilation of the crawl space. Ventilation is a Building Code requirement. 3) Where the floor joists bear on the exterior concrete stemwalls, most only bear approximately 1-/i'to 2" on to the wall. This is generally an inadequate bearing length. The wood members bear directly on the concrete. ln many locations, the joists were set on shims at the stemwall. Many of these shims are loose or have already fallen. 4) Where the floor beams bear on the interior concrete piers, they are generally set on unsecured wood blocks or shims (Refer to Photograph No. 29). Foundations There are long, generally horizontal cracks at the tops of the concrete stemwalls in some locations (Refer to Photographs Nos. 65 and 66). These cracks may be the result of spatling from corroded reinforcement. Additional investigation would be required to better determine the cause and prognosis of this condition. WWW.DOUGLASWOOD.BIZ 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EeuAL oppoRruN*y EMrrt8fl" 23od of 2519 185 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEAChI, FLORIDA Areas of General Structural Deficiency1. In addition to the areas of deterioration, damage and collapse noted above, there are a number of additional issues of general structural deficiency. Generally, the wood structural systems should be considered to be structurally inadequate. This is true for roofs, walls and floors. Where members remain in serviceable condition, enhancements would be required. The hip ridge boards are long 2x6's. One must assume that they are supported by the geometry of the roof planes and by lateral resistance at the tops of the log walls. Each of these ridge boards is also supported by one 2x4 stud in the partition above the interior log walls (Refer to Photograph No. 13). ln our opinion, this configuration and the associated members and connections are of questionable capacity. The free ends of logs at window and door openings lack resistance to lateral wind pressures. As is the case for almost all old buildings, connections and general continuity are deficient relative to wind uplift. At this time, it is assumed that the floor is below the current FEMA Design Flood Elevation. There are no provisions for equalization of flood waters between inside and outside of the crawl space. wllJw. DOUG LASWo0 D. BIZ 5040 N.W. 7TH STREET, SUITE 820, MIAMI, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMATI'E ACroN / EeuAL oppoRruNrry .*",-t#fi" 2307 af 2519 SEPTEMBER 1,2017 PAGE 13 OF 16 2. 3. 4. 5. 6. 7. 186 EXISTING LOG CABIN 8128 COLLINS AVENUE, MIAMIBEACH, FLORIDA CONCLUSIONS AND RECOMMEN DATIONS 1) As described in the preceding portions of this relative to general structural deficiency. SEPTEMBER 1,2017 PAGE 14 OF 16 report, there are many concerns 2) There is significant deterioration and damage to the existing structural systems, particularly the exterior eaves and walls. 3) The entire north side wall and 2 to 3 foot returns of the east and west walls were entirely reconstructed at some time. 4) There are many areas of inappropriate previous patching and replacement. 5) There are issues related to Building Code requirements (Alteration Level, Substantial Damage and Substantial Structural Alteration and reroofi ng). 6) There are also issues related to compliance with FEMA flood design requirements. Of course, the issues encountered above are not uncommon for old buildings. Disregarding the issue of construction cost for the moment, in our opinion, the generalfeasibility of restoring this building is determined by the present conditions of the exterior log walls. 1) As previously stated, the entire north wall and returns at the east and west walls have already been reconstructed. Therefore, these areas of the exterior walls do not contain any original material (except two windows). 2) There are many areas of inappropriate exterior patching. 3) The entire exterior has been painted. 4) The exterior portions of the log walls and eave rafters are significantly and extensively deteriorated. ln our opinion, most of the logs in the exterior walls would need to be replaced. Due to the extent of deterioration, it does not appear to be reasonably feasible to repair the exterior logs. Epoxy products intended for wood repair could be considered, but again, the general extent of repairs, the depth of repairs and the volume of repair appear to be too great. Even if such repair materials were used for portions of the exterior logs, the repair areas would, of course, lack the color, texture and grain of the wood. The exterior would need to be completely repainted. The paint and lack of texture in the patches would likely by esthetically unacceptable for a "historical" restoration. Given these conditions and limitations, it is our opinion that the exterior log walls need to be reconstructed using new materials. www.DouGLASW00D.Blu 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E ACroN / EouAL oppoRruNrry EM".E€R" 2308 of 2519 EB 6353 187 EXISTING LOG CABIN 8128 COLLINS AVENI,.'8, MIAMIBEACH, FI.ORIDA SEPTEMBER 1,2417 PAGE 15 OF 16 Other existing structural materials for roof framing, floor framing and interior partition framing could be salvaged and reinstalled into the reconstructed building where such materials are determined to be in serviceable condition. As previously discussed, however, significant structural enhancement to these systems will be required due to Building Code requirements for reroofing, Substantial Damage and Substantial Structu ral Alteration. Enhancement of the floor structures and of the roof structures above the northern and southern rooms can be accomplished in concealed areas (crawl space and attics). The exposed roof framing in the central roof, however, would present a challenge. Further study, analysis and design would, of course, be required. Possible solutions are to sensitively supplement the existing members and connections with additional members and connection devices or to replace the existing embers with larger (stronger and stiffer) members. Clearly the construction cost for accomplishing an appropriate restoration of the building will exceed 50% of its current construction cost value. This will require compliance with current FEMA flood design requirements. At this time, we do not know the existing floor elevation. Assuming it is below the current Design Flood Elevation, the floor would need to be raised. Also, it is required to provide flood equalization vents for the crawl space. As currently constructed, this is not feasible because the crawl space is entirely below the surrounding grade. Current requirements would require that the stemwalls be extended above grade and that flood vents be added. The ground inside the crawl space would need to be raised to within one foot of the bottoms of the flood vents. It should be noted that if the building were designated historical, a waiver from compliance with flood design requirements could be obtained. Our assessment, therefore, indicates that "restoration" of this building is not feasible. The closet one could come to "restoration" would be to reconstruct foundations and stemwalls with new materials (unless historical designation is achieved and flood design requirements waived), reconstruct the exterior log walls with new materials, and reconstruct the floor and roof using existing materials, supplemented with new materials as required. lf there were a delay between dismantling of the existing building and reconstruction, salvaged materials could be stored. Of course, the salvaged materials should be stored indoors. An air-conditioned space would be best. We were also asked to consider the feasibility of relocating this building. Given our conclusions above, however, it does not appear that relocation of the building is appropriate. lf a new location is desired, one would simply construct the new foundations, stemwalls and exterior log walls at the new site. Existing roof and floor structures would be dismantled, and salvaged materials transported to the new site. Although it could be done, it would not be cost effective to reconstruct the log walls at the current location and then relocate the entire building to a new site. vvww.Dou G LAswo0D. Blz 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT,E AcroN / EeuAL oppoRruNlry EM".E€R" 2309 of 2519 188 At this time, it is only possible to consider the probable construction costs on a very preliminary basis. At this time, we will assume that the building will be reconstructed as discussed above and as indicated below. At this time, we estimate that the probable construction cost will be in the range of $750,000 to $1,000,000. At this time, we estimate that the costs may be breakdown approximately as follows EXISTING LOG CABIN 8128 COLLINS AVENUE, I{IIAMI BEACH, FLORIDA CONSTRUCTION GOST ESTIMATE WW$',DO U G L,ASWOOD, B IZ 5040 N.W. 7TH STREET, SUITE 820, MlAMl, FLORIDA 33126, T: (305) 461 - 3450 AFFTRMAT'E ACroN / EeuAL oppoRruNrry .^ ".fvBR" 2310 of 2519 SEPTEMBER 1,2017 PAGE 1$ OF 16 1)New foundations and stemwalls 5o/o 2\Reconstruct loo walls with new materials 15% 3)Reconstruct floor and roof with new and salvaqed materials 15o/o 4)Restore interiors 20o/o 5)Reroof with wood shakes 5o/o 6) Restore or replace (with historically compatible units) existing doors and windows 15o/o 7\ Accomplish minimal site wok (exterior walkways and ramps, grading, storm drainaqe, minimal landscapinq, minimal exterior liohtinq)5% 8)Comoletelv reolace mechanical. electrical and plumbinq systems ZOYo Total 100% EB 6353 189 PHOTOGRAPH NO.1 WWW.DOUGLASWOOD,BIZ 5040 N.w.7rH srREEr, surPageffi&ilrlro6fl6A9ers4, r: (305) 461 - 34s0 AFFIRMATIVE ACTION / EOUAL OPPORTUNIry EMPLOYER 190 " "''ai'i'iN ,i,' ::: ,&-: PHOTOGRAPH NO.2 www.DouGLAswo0D.Btz 5040 N.w.7" srREEr, surrPagtsr2&;lPrc6fl5A9sr:4, r: (305) 461 * 34s0 AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EMPLOYER 191 PHOTOGRAPH NO.3 'TH -TnrrrJUqUtl.vv. / iit\EEt AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EIvIPLOYER PHOTOGRAPH NO.4 tnlrsrlnl nn{ t-, 8elnlflfln p!7 surPsgprfiA,l3rodflSAS:c4. r i3J5, 4e' - 345f EB 6353 192 PHOTOGRAPH NO.5 PHOTOGRAPH NO.6 !\rww. D0uG LA$wss $. m!r so.io ii.w. 7'u srREEr, suirPaEBiA&;l4rcdflSA &,r:+, r: (3cs) 4E 1 - 3450 AFFIRMAI IVE ACI ION / EQUAL OPPORTUNIry EMPLOYER EB 6353 193 ? '@4' <a ,*Bffir' l*r$:Ii PHOTOGRAPH NO.7 !t!V',ra/. D * U G LASl*!S 0 *. B 1U 5040 r.,1.\/. 7rn srREEr, sur-rPsEPr'A&#6.rc6fl54&r:r1, r. (3c5) 4e 1 - 34s0 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EMPLOYER PHOTOGRAPH NO.8 194 PHOTOGRAPH NO.9 www.D0uGLAswsst).Hrz s040 N'v1r' 7" brREET. suiTPager,2fr\10.o6fl549r:;.r, r iiJsr 4sr - 3.i50 AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EMPLOYER EB 6353 195 7/:j:. ::::::::::,= ?t':.::;.a.;.:: www.DouGLAsw00D.Bla 5040 i\i.w.7'B srREEr, suir€agFrar$li7rtffi5A9:r04, r: (305) 40'i - 3,1s0 AFFIRMATIVE ACTION I EQUAL OPPORTUNIry ENlPLOYER PHOTOGRAPH NO.1O EB 6353 196 PHOTOGRAPH NO.11 www.D*UGLA$w000.mte 5040 N.vii. 7'n srREEi, sur€48tsffi,&,;l&o6fl549:r;4, r: (3cs) 401 - 34s0 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry E[,1PLOYER EB 6353 197 d"=i ltfi liilliii*' ww!{.$t)uGLAswo0D.Brz 5040 N.w. 7'H srRE-r, sulrEaEtsr\A&.;l,$o6054*r:;, r: i30s) 1s1 - 3.isc AFFIRMATIVE ACTION / EQUAL, OPPORTUNITY EMPLOYER PHOTOGRAPH NO.12 EB 6353 198 . :li ', , ::.% :::::;::::::, ::: t-.:":; 'l PHOTOGRAPH NO.13 www.DouGLASwoO0"mrtr 5040 N vv. 7' srREEr. suiiPagpra&?&c6€5ASr;+. r il05;461 - 3150 AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EilIPLOYER EB 6353 199 PHOTOGRAPH NO.14 www.*suGLA5w00D.Ble s040 i\i.vv. 7'n srREEr, suirBaEei\A/SairoifiEASrs+, r: (305) ,i61 -- 3.150 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EIVIPLOYER 200 PHOTOGRAPH NO.15 WWW,DOUGLASWOOO,BIZ 5040 N.yu 7" srREEr, sur€ageir2,&?rfto6fl5A9srsl, T: (305) 461 - 34s0 AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EMPLOYER 201 PHOTOGRAPH NO.16 WWW,DOUGLASWOOD,BIZ 5040 N.w.7rH srREEr, sutrEagFl2ffi3ro6fl6A9stea, r: (305) 46r - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EMPLOYER EB 6353 202 PHOTOGRAPH NO,17 -Tn ------511411 r\ VV 1 5lHtsF I AFFIRMATIVE ACTION / EQUAL OPPORTUNIry E[/PLOYER www. D0u G LA5itu00 D. Btz suirPagerA&?r+rc6fi6ASrs+, r: (3cs) 401 - 3450 203 WWW.DOUGLASWOOD,BIZ 5040 N.rt'. 7'H srREEr, suirPaEFffi&AFodflEA9erec, r: (3c5) 4e 1 - 3.i50 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EMPLOYER I fli: ,r''1, \t .'a. t1 w i'i,. t [ti PHOTOGRAPH NO.18 EB 6353 204 .S5*r : t:.,$ ; '$:: $; PHOTOGRAPH NO.19 www.DouGLAswo*0.Blz 5040 N.!v. 7-H srREEr, surrPagnG&?0ro6€5ASrs+, r: (305) .15i - 3.is0 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EI,,lPLOYER 205 www.D0uGLASWooD.Brz 5040 N.'w.7'n srREEr, su[EaEBrA&a7ro6fl5ASts+, r: (305) 461 -215c AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EMPLOYER PHOTOGRAPH NO.20 206 PHOTOGRAPH NO.21 W$JW,DOUGLASWOOD,SIU 50,i 0 N.!v. 7-" srREEr. surrPaEE rA,&AgFo6*54 $ r s; AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EMPLOYER r. tJwul ae r - J+Jv EB 6353 207 nta..,rr^-*rrW PHOTOGRAPH NO.22 iSWW.D0UGLASW00D.B!U 5040 N iv 7-" srREEr, surrPageraafiSod,f,SAS;:.:. r: i30sr 4e 1 - J;sc AFFIRMATIVE ACTION / EQUAL OPPORTUNITY E[,,1PLOYER EB 6353 208 PHOTOGRAPH NO.23 1,{WW. DC LJ G LAS$/OO}. BIU 5040 N.vv 7'" srRE;r. surrPagpr2B3&o6fi5lS rs.1 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EMPLOYER I: (305) .10'1 - 3..150 EB 6353 209 ',% ss ffi" "rh :tt ! {{ -"' PHOTOGRAPH NO.24 WWY'.DOUGLASWOOD.BIZ 5040 N.w. 7rH srREEr, sufiPaEtsfiA&filro6fl6{9srs+, r: (30s) 461 - 3450 AFFIRMATIVE ACTION / EOUAL OPPORTUNIry EMPLOYER 210 PHOTOGRAPH NO.25 www.DouGLASwooD"Blz 5040 N.!v. 7'H srREEr, sui€agFrrf,&Glo6fl5A9srs+, r: (305) 401 - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EMPLOYER EB 6353 211 PHOTOGRAPH NO.27 rirww.*0uG L*,swsss. Eta 5040 i'i.vv. 7-" srREEr, siji-rEAEBiAEGi3Fo6fl5A9;r;.r. r: (3c5) 40r - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EMPLOYER 212 l ,.t-' .4 DtfrLL i .l:ti....,i.!. 1:$' :::l i rta:il: ' r.$;" #t.*:*, _**,.4 ,i ' ':*:::.1:i= :#"P &' t. a' .,.x,.; PHOTOGRAPH NO.29 WWW.DCUGLASWOOD,EIA 5040 i\i vv. z.n srREEr, sur€agerfi&?rlrd,€5ASr;+, i: (3c5) 401 * 345c AFFIRMATIVE ACTION / EQUAL OPPORTUNITY E[/PLOYER 213 PHOTOGR,APH NO.30 PHOTOGR,APH NO.31 fJWW,D*UGLASWOO},3IT 0040 N.vlr' 7'-'srREET, sul€agFrA,&e5rFo605AS:::. r. i3c5,.151 - 3.rsc AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EN,lPLOYER EB 6353 214 PHOTOGRAPH NO.32 WWW,DOUGLASWOCD.B!I 5040 N. rv 7-' srREEl, sur€a gPiAAA6Faifi 5,1 S : s; AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EIvIPLOYER t. {JUJI +O I - J+CU 215 s ri!.:::::!.::: r*,'-/-a ' .a:+1juil ( ,"} lir,- i p :: b,*'*.. PHOTOGRAPH NO.33 WWW,DOUGLA$WOOD.BIZ 5040 N.w. 7.* srREEr, surrPaEefi&?i7ro6fl5A*ra+, r: (305) .i61 - 3450 AFFIRMATIVE ACTION / EOUAL OPPORTUNIry E[,1PLOYER EB 6353 216 PHOTOGRAPH NO.34 YJWW.DOUGLA$WSOD,B!U 50.i0 N.w. 7-'srREEr. suirEagEi,a,&G€"o6fl5,{9;rs.: r (305) 4€1 - 3.i50 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY E[,lPLOYER 217 PHOTOGRAPH NO.35 PHOTOGRAPH NO.36 www.o0uGLASwsoD.Bta 504i N.{ 7 - SrREer, SUi€€EEl\2,&ASo6fr6Afur:+ i: (3cs,4e 1 - 3r5l AFFIIlMATIVE ACTION / EOUAL OPPORTUNITY EI!,1PLOYER EB 6353 218 PHOIOGR,APH NO.37 WWIT.D*UGLASWOOD,BIZ 5040 N vv 7r" srREEr, siiirPagera&#&o6fi6A*rs.1 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry E[1PLOYER r. \JeJ/ av r - r+Jw EB 6353 219 www.D0uGLA5w000.Btz 5040 N,\rv.7r'srREEr, sufiPagtsrA&*,tro635ASsr:+, r: (305) 101 -31sc AFFIRMATIVE ACTION / EOUAL OPPORTUNIry E[,,lPLOYER PHOTOGRAPH NO.38 EB 6353 220 PHOTOGRAPH NO.39 PHOTOGRAPH NO.40 www.D0uGLAswo00.Blz 5040 N.vv. 7-n srREEr, surrEagFG&#aFdfiSASrs+ r: (305) 461 * 34s0 AFFIRMATIVE ACTION / EQTJAL OPPORTUNITY EMPLOYER 221 ''-$-l:::lS PHOTOGRAPH NO.41 lryww.D0uGLASwoos.Bla 50d0 N lii 7'" srREEr, sui€ager23x13;c6f,5ASr:.1, r: i3cs,4e r - 3a5c AFFIRMATIVE ACTION / EQUAL OPPORTUNITY ENlPLOYER 222 -ri.,if e.io+qry-,{-.-=..:--**F*f i:+B'SEarljr PHOTOGRAPH NO.42 WWW,DOUGLASWOOD,BIZ 5040 N.w. 7rH srREEr, suffEagpra&fi+m605tr9sra+, r: (305) 46r - 34s0 AFFIRMATIVE ACTION / EOUAL OPPORTUNIry EMPLOYER 223 ::::: t I ! i :1iil iI l;tw PHOTOGRAPH NO.43 www.DouGLASwooD.Btz 5040 N.w 7'n srREEr, surPagtsfi&4i5ro605A9src+, r: (305) 461 - 3450 AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EMPLOYER 224 PHOTOGRAPH NO.44 :!qb;,b\"Mr'wi. PHOTOGRAPH NO.45 wwur.DouGL,ASW$*D. Br3 5040 N vv 7'' srREET. surTPagFrA&l€,Fc6fl519rr:.l. r. iJC:,r 40'i - J.iso AFFIRMATIVE ACTION / EOUAL. OPPORTUNITY ENlPLOYER EB 6353 225 PHOTOGRAPH NO.46 WWW,DSUGLAS!!OOB,BIZ 5040 N vv 7.n srREEr, surEagEaA/&#i7ro6fi5ASrsq AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EI\,1PLOYER l. (JuJr 4o r c4Ju EB 6353 226 PHOTOGRAPH NO.47 WWW, DC U G I-AS$JOO D. B!Z s040 N.w. 7'ts srREEr, suirFagFnE&4i9ro6fi54$rs+, r: (305) 46i - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY E[,lPLOYER 227 PHOTOGRAPH NO.48 WWW,DOUGLASWOOD.EIT 5040 N.w 7rn SrREEr, Sur€agtsra&4sc.6€5dsrs+, r: (305) 46i - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY E|llPLOYER 228 t\:::=Ii:. i':41: r!:: .:,iil::'.= :ej WWW.DOUGLASWOOD,BIZ s040 N.w. 7'B srREEr, surrEagtsha86&ooflEASr:q, r: (30s).16i - 3.150 AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EMPLOYER 229 ..: - tu- l: \r "::& ..' ffiu: PHOTOGRAPH NO.50 IA'WW, DO U G LASWOO D, B IZ 5040 N.u/ 7'" srREEr, sur€agtsffi,&fiJro6fi5A$r:+ AFFIRMATIVE ACTION / EOUAL OPPORTUNIry EMPLOYER I: (3C5) 451 - 345C EB 6353 230 PHOTOGRAPH NO.51 ir{ww. DouG LAswoo D. Blu s040 N \,v. 7'* srREEr, sur€aEe€&GikdfiEASrs+, r: (305) 46i - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EMPLOYER 231 PHOTOGRAPH NO,52 WWW,EOUGLASWSON,&IT s040 N.vv 7" srREEr. surrEagFiAAG3FodfiSASr:+, r AFFIRMATIVE ACTION / EQUAL OPPORTUNITY ENlPLOYER truJJqur-J+Jv 232 PHOTOGRAPH NO.53 www ocuGLAswo00.Brz sJ.rJ N. fi . 7-' srRE Er. su i TPaEp i€E54ro6*5,1 9o r :.: AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EIvIPLOYER T. (3C5) 151 3450 233 PHOTOGRAPH NO.54 wwlv.D0uGLA$WOC}D.8iz 5040 N vv. 7'' srREEr. surrEapG&6Sof,ftSA$r;r, r. i3cs) 401 - 345c AFFIRMATIVE ACTION / EOUAL OPPORTUNITY E|llPLOYER EB 6353 234 PHOTOGRAPH NO.55 wwr&,. Ds u G L,As$/00 E. Blz 5040 N.w. 7'H srREEr, surrPagFlA&6$106€5ASrs+ r: (305) 46i * 34s0 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EMPLOYER 235 PHOTOGRAPH NO.56 1AAJYIW, DOTJG LASbYOOD, BIZ 5040 N !v 7'* sriiEEr. strTTPAEFIG/ffi7rO6*54S: ;.: AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EI\,1PLOYER r IJUJJ 4o r - J+Ju EB 6353 236 PHOTOGRAPH NO.57 W\N/W, DO UG LASWSC D, BIZ 5040 N.w.7'H srREEr, surPaEtsi\a&5i&o6fl549srr+, r. (30s) 401 - 3450 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EMPLOYER FB 61]53 237 &= . - i:q$,,- i,. :rlllldii,,. PHOTOGRAPH NO.58 WWW,DOUGLASWOOD.BIZ 5040 N.vv.7rn srREer, surrPagtsffi.&6$=o6fi5ASr:+, i: (305) 46i * 34s0 AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EI\4PLOYER 238 PHOTOGRAPH NO.59 yylvw.DouGLASwi)0D. Brz 5040 N !v 7'n srREEr, sur-rPaEienfi66ft4ffi5ASsraq AFFIRMATIVE ACTION / EQUAL OPPORTUNITY EI\,4PLOYER r. (Jucl 40 r - J4ie EB 6353 239 PHOTOGRAPH NO.60 WWW, DO U G LASI,YOOD. BIZ 5040 N.w. 7" srREEr, surEagprAmrlm606d9srsa, r: (305) 46r - :+50 AFFIRMATIVE ACTION / EOUAL OPPORTUNIry EMPLOYER 240 ':$:***1$irii.;.s*.-"* -*.:::. ir:,. PHOTOGRAPH NO.61 YtWW.D0UG LASY!rO0D.BIZ 5040 N.!v 7'n srREEr, surrPaEeffiEi6i|rodflSA9glg+, r: (305) 46i - 3a5i) AFFIRMATIVE ACTION / EOUAL OPPORTUNITY EIvIPLOYER 241 PHOTOGRAPH NO.62 PHOTOGRAPH NO.63 WWW.DOUGLASWOOD,BIZ 5040 N.!v. 7" srREEr, suirPagtsffiE6i3Fa6fl5ASis+, r: (305) 40i - 3450 AFFIRN4ATIVE ACT ION / EQUAL OPPORTUNITY EMPLOYER 242 PHOTOGRAPH NO.64 ..,: ) h #r ffi ,kuts .-ti&'w ..tts/?' W:N;::: i, is:r. ..\ :,.:::.i*::i PHOTOGRAPH NO.65 W\ryW,DOUG LASITJOOD- BIZ 5040 N w. 7'H srREET. surTiPaEEilA8ifr*:o6,fi543s:;r. T. i3J57 40i - 3a50 AFFIRMATIVE ACTION / EQUAL OPPORTUNIlY ENlPLOYER EB 6353 243 :::::::::: PHOTOGRAPH NO,66 WWW,DOUGLASWOOD.BIZ 5M0 N.!v. 7'" srREEr, sufiEagpra66ffifl6i9rrsa, r: (305) 461 - 34s0 AFFIRMATIVE ACTION / EQUAL OPPORTUNIry EMPLOYER 244 North Beach Loe Cabin- 8128 Collins Ave. Page 2366 of 254,9 1.s 245 Page2367 of2519 246 Page 2368 of2519 247 Page 2369 o'{2519 248 Page 2370 of 2519 249 ! l Pt 4 .P;tt'tj Page 2371 of 2519 250 Page 2372 of 2519 251 MIAMI BEACH City of Mir,ni Bsach, 1700 Convention Center Drive. Miami Beach. Florida 33!39. www.miamibeachfl.gov COMMISSION MEMORANDUM Mayor Philip Levine and Members the City FRoM: Jimmy L. Morales, City Manager DATE: Juty 26, 2017 6u&rECr: Miami Beach Log Cabin BACKGROUND Over the past several weeks there have been several discussions about the future of the Miami Beach Log cabin. Both the Miami-Dade County and Miami Beach Historic Preservation Boards have expressed support to restore and retain the structure. The Planning and Property Management departments have researched and provided the following information about the Miami Beach Log Cabin at 8128 Csllins Avenue. Our Building Official has also visited the site. By way of background our records indicate the following: ' Construction date: 1934' Architect: E.A. Ehmann' General Contractor: Owner by foreman {F.F. Roderic)' Original owner: A"T" Drew / Charles Crawford' Type of construction: Log cabin' Cost: $4,000. Foundation: reinforced concrete' Original use: residence' The permit history of alterations and repairs include:. 1940: general repairs and paint. 1951: roof repair' 1955: addition of screened pagoda' 1969: enclosure of carport. 1970: 4-foot CBS block wall The property is not located within any local historic district and is not individually designated as a local historic structure. The propertywas vacated in 2013. Staff cannot find any additional historical information about the Miami Beach Log cabin. TO: Page 2373 ol 2519 252 Commission Memorandum July 26, 2017 page 2 or 3 Current Facilitv Condition ln May 2017, per the direction of Administration, the Property Management Division of the City's Public Work's Department commissioned a conditions assessment report of the Log Cabin structure from BEA Architests, lnc. The consultant was asked to assess the building's conditions and provide cost estimates associated with conducting a major upgrade of the structure, relocating the structure to elsewhere on the site and maintaining the structure as a sort of gateway building for the site. The consultant determined that relocation was not viable (as further damage andlor collapse is possible) and, given the extent of the deterioration, making the structure code compliant would be "synonymous wlth construction of a new replacement struclure". The cost estimate totaled $487,500. This report was presented at the June 16,zAfi Finance and Cityrvide Committee meeting where the committee moved to fund the demolition and removal of the structure in the amount of $15,000. Based on feedback from residents and the Mayor's North Beach Committee request for second and third consultant evaluations and opinions, Property Managernent staff continued to meet with several North Beach residents, reached out to the Building Official and contacted additional consultants for evaluation. The City's Buitding Officiat visited the site and advised that the structure was not suitable for public use or occupancy. ln particular, he noted that it is a fire trap, has no fire protection, and does not comply with ADA or Florida Building Code accessibility requirements. He suggested perhaps canserving interior logs in sound condition and the coral rock chimney in the center of the building as well. This opinion is in line with the initial assessment obtained from BEA Architects and suggests that a feasible restoralion scope may be limited to salvaging key components of the structure that remain in fair condition todiy. Upon learning of the successful restoration of the log cabin structure at Village of Biscayne Park, Property Management staff contacted McKenzie Construction- the contractor responsible for the restoration- for a second opinion (attached). The estimate provided for our cabin totals $595,866 and does not include contingency. McKenzie also concludes that restoration is essentially synonymous with rebuilding the structure while retaining certain historic elements. The City has no budgeted funds for restoration of the Log Cabin. Biscayne Park Loo Cabjn ln 2016, the Village of Biscayne Park completed the restoration of an existing log-cabin structure. This project returned the Log Cabin to its original intended usi, the City Commission chambers and public meeting space" For comparison purposes, the City contacted the Mllage of Biscayne Park for additional information. Tlre Mllage Manager has provided the City with the following information. The total cost of lroject was $s42,830.6s. A portion of the funding for the project was provided by a $1 million Staie of Florida Department of Economic Opportunity Grant to building a new Mllage Hall annex, and a $25,000 grant from the Mllagers, lnc.) The remainde? was funded'by the Village. The contractor was McKenzie Construction and architect was RJ Heisenebotile. fhe original use of the Biscayne Park log cabin was the city commission chambers and Page 2374 of 2519 253 Cammission Memorandum Juty 26, 2417 Paoe 3 af 3 public gatherings. Over the years, the porches were enclosed to make room for staff and it ultimately became administrative offices and police department" Since the cabin was made entirely of Dade County Pine, there was litle deterioration of the actual logs. A new roof was installed as well as updated plumbing, electrical and impact rated custom windows and doors were built and installed. The original hardwood floor had been covered with a new wood floor at some point years ago. There were really no significant structural issues encountered, as the Dade Pine remained in excellent shape overall. There is more history found on this Biscayne Park cabin, as detailed in the Village of Biscayne Park website. 'The Works Progress Administration built the log cabin, a clear and distinct reference to the Depression era as well as to the simpticity of the American frontier days. On February 1, 1933, at the height of the Depression, the Federal Ernergency Relief Program provided the labor for the Dade County pine construction. William Green, a resident of the Park, as well as a Councilperson, was a regional administrator for the federal program and was certainly instrumental in the creation of the Fark's singular and distinctive building. The actual expenses incuned were a grand total of $247, met by individual donations of $5 to $20 and gifts from the Card Club that ranged from $10 to $22. ln light of today's multiple million dollar projects, these modest sums seem very quaint, but when held in tight of the circumstances in which they occuned during the national depression, they reflect generous and caring residents and a community that was conscientious of their town. At a special ceremony on January 24th, 1935, the finished Log Cabin was officially turned over to the Village, and to this day has been the center for the daily operations of the Park. Since its creation in the thirties, it has been the prized symbol of the Mllage of Biscayne Park." CONCLUSION Staff is seeking direction from the Mayor and City Commission with respect to requests to restore or relain the building. JLM/SMT F;\crngASALL\SUSY\Commission Memos$riliami Beach Log Cabin.docx Page 2375 of 2519 254 Monserrat, Marcia From: Fernandez, Mariano Sent Tuesday, July 18,2017 9:51AM To: Morales, Adrian Cc: Morales, Jimmy; Brooks, Kathie; Carpenter, Eric; Torriente, Susanne; Fernandez, Virgilio; Salgueiro, Ana Adrian: I personally visited and inspected the inside and outside structure of the cabin. The cabin is not safe for occupancy and much less to be used for assembly or public access. lt is a fire trap with all the inside wood with the layers of applied varnish over the years, and the cabin does not comply with the federal ADA and FBC accessibility codes, and has no fire protection for public use. Even if you try to restore it to "new" condition it will never get the building or fire approval for public use. rClAi#\imf ACH Mariano V. Fernandez, P.E., Director/Building Official BUILDING DEPARTMENT 1700 Convention Center Drive, Miami Beach, FL 33139 Tel: 305-673-7610 ext 6288/ Fax: 786-394-21455 MarianoFernandez@miamibeachfl .qov We are committed to providing excellent public sevice and safety to all who live, wotk and play in our vibrant, tropical, historic community From: Morales, Adrian Sent: Tuesday, July 18,2017 9:27 AM To: Fernandez, Mariano Subject: FW: please format for me Chief, For your file. A rt I A ,\ ,t lf"tf* A tlv\tA/v\tmrl&q Adrian Morales, Director/Lincoln Road Manager PROPERW MANAGEMENT DIVISION 1833 Bay Rd, Miami Beach, FL 33139 Tel: 305-673-7000 Ext 2932 I Fax786-394-5350 / U&ryv.miamibeachfl.qov Mobile: 786-620-6978 We are committed to providing excellent public sevice and safey to all who live, work, and play in our vibrant, tropical, historic community. From: Uarcra, l-rancrsco Sent: Monday, July 17 ,2077 3:48 PM To: Morales, Adrian <AdrianMorales@miamibeachfl.eov> Subject: RE: please format for me Adrian, See final memo attached. 1 Page 2376 of 2519 255 AAIAMIMffiACM Cityof Miami Beach, lTOO Conv€ntion Contsr Drive, Miami Beach, FL 33139! www.miamibeachfl.gov COMMISSION MEMORANDUM TO: FROM: DATE: SUBJECT: Honorable Mayor Phillp Levine and Memben f the City Commission Jimmy L. Morales, City Manager July 24,2017 DISCUSSION REGARDING THE CONDITION OF THE LOG CABIN STRUCTURE LOGATED AT 8128-COLLINS AVENUE ADMINISTRATION RECOMM ENDATION City Administration recommends the Mayor and City Commission approving the recommendations. Analvsis ln May 2017, per the direction of Administration, the Property Management Division commissioned a conditions assessment report of the Log Cabin structure from BEA Architects, lnc, The consultant was asked to assess the building's conditions and provide cost estimates associated with conducting a major upgrade of the structure, relocating the structure to elsewhere on the site and maintaining the structure as a sort of gateway building for the site. The consultant determined that relocation was not viable (as further damage and/or collapse is possible) and, given the extent of the deterioration, making the structure code compliant would be "synonymous with construction of a new replacement structure". The cost estimate totaled $487,500. This report was presented at the June 16,2A17 Finance and Citywide Committee meeting where the committee moved to fund the demolition and removal of the structure in the amount of $15,000. Upon receiving feedback from North Beach residents and the Mayor's North Beach Committee and Historic Preservation Board, Property Management staff reached out to the Building Official and contacted two additional consultants for evaluation of the Log Cabin. The City's Building Official visited the site and advised that the structure was not suitable for public use or occupancy. ln particular, he noted that it is a fire trap, has no fire protection, and does not comply with ADA or Florida Building Code accessibility requirements. One consultant, McKenzie Construction, provided an estimate of $685,246.59 (including contingency) to restore the Structure, while conserving only 55% of the original logs. Currently the Property Management Division is working with additional consultants to obtain proposals for the restoration and/or relocation of the log cabin structure. we are committed to pnvlding excetlent puilic sr*er* Ffi$9rff7"7uflt,frF1&, wk and ptay i0 out' viL,rant, ttopiq,t, hrbtotic Lommunity, 256 Commission Memorandum Discussion Regarding the Condition of the Log Cabln Structure Located at 8128 Collins Avenue July 24,2017 At the July 21, 2017, Finance and Citywide Projects Committee (FCWPC) meeting, the following recommendations were issued regarding the log cabin structure located at8128 Collins Avenue: . Staff will collaborate with Daniel Ciraldo of the Miami-Dade Preservation League to further investigate the Log Cabin's histor:ical significance within the context of the community. o Administration will work with the City's Grants Department to identify potential funding opportunities available for restoration including the State Department's Division of Historical Resources (DHR), namely the DHR's Special Category Grants. . Property Management Division to revisit feasibility of successfully relocating the Log Cabin and further explore the option to build an in-kind structure while salvaging key elements of the Log Cabin that remain in fair condition today (i.e. treated interior logs and coral rock fireplace). The administration was asked to bring this infor:mation to the September 8,2017 FCWPC meeting. Conclusion The Administration proposes accepting the FCWPC's recommendations delineated herein. Page 2378 of2519 257 THIS PAGE INTENTIONALLY LEFT BLANK 258 Agenda ttem -.1&9 L Date ?-1S- l7 Merino. Mlria;,i From: Sent: To: Cc: Subject: Attachments: Aguila, Raul Thursday, August L7,20L7 4:58 PM Levine, Philip;Arriola, Ricky;Aleman, John; Grieco, Michael; Malakofl Joy; Rosen Gonzalez, Kristen; Steinberg, Micky Morales, Jimmy FW:Air and Sea Show Letter Stubbed Attachments.htm Attached pls find letter to Air and Sea Show confirming renewal based on Event maintaining same scope as2Ot7 show. lwill forward fully executed copy once I receive (via LTC). Thanks THE FOLLOWING IS SENT FOR INFORMATIONAL PURPOSES. REPLY. from: Paz, Rafael Sent: Thursday, August L7,20L7 4:54 PM To: Aguila, Raul Subject: Air and Sea Show Letter TO ENSURE SUNSHINE LAW COMPLIANCE PLEASE DO NOT 259 MIAMIBEACH City of ilicmi Booch, l7O0 Ccnvention Cenler Drive, Miomi Beoch, Florido 33139, www.miomibeochfl.gov OFFICE OF THE CITY ATTORNEY T el: 30 547 3-7 470, F ox: 30 5 -67 3-7442 August 17,2A17 VIA U.S. CERTIfIED MAIL RRR#7010 0290 0002 4522 6705 c/o Michaell. Kotler, Esq. 54 S.W. Boca Raton Boulevard Boca Raton, FL 33432 A National Salute to America's Heroes, LLC Mr. Micky Markoff RRR#7010 0290 0002 4522 67012 A National Salute to America's Heroes, LLC 10394 West Sample Road, Suite 2O0 Coral Springs, FL 33065 Re: Clarification to Agreement between the City of MiamiBeach, Florida ('City') and A National Salute To America's Heroes, LLC ( "Applicant"), dated February 1, 2016 for Air & Sea Show event ("Event") during Memorial Day Weekend (the 'Agrreement') Dear Messrs. Markoff and Kotler: This letter hereby confirms that at the July 26,2017 City Commission meeting of the City of Miami Beach, the Mayor and City Commission agreed to permit the 2018 Event to take place, and declined to exercise the City's right to discontinue the Events pursuant to Section 20(a) of the Agreement, contingent upon, and in reliance on, lJr. Markoffs agreement, as represented in his statement to the City Cornmission at the July 26, 2017 meeting, that the activation forthe 2018 Event would have the same scope as the activation agreed to, and implemented for, the 2017 Event. Notwithstanding the preceding, the City Commission also directed the Administration to engage in further discussions with the Applicant, with respect to the possibility to expand the 2018 Event activation to, among otherterms, forthe sole purpose of potentially including a concertand fireworks show from 4:00 p.m. to 9:00 p.m., as part of the 2018 Event, and for the City to fund an additional City sponsorship, grant or other underwriting of costs for the Event, both subject to mutual agreement of the parties. At the City Commission meeting, and prior to the City Commission's vote, I specifically asked Mr. Markoff if he acknowledged and agreed with the motion made to proceed with the 2018 Event, with the same scope as the activation actually implemented forthe 2017 Event. Mr. Markoff, on behalf of the Applicant, twice confirmed his acknowledgment and agreement to the foregoing. ln addition, Mr. Markoff further expressed his willingness to continue the discussions with the City, and to share his vision for an expansion and taking the Event forward. Accordingly, this letter shall serve to clarify the Agreement to confirm that the 2017 Special Events Permit, a copy of which is attached hereto as Exhibit 1, shall form the basis for, and the scope of, We are co^m'lted tq prowdrng excellenf ptblrc servtce ond:olef, io o// who lle *ati ond pi6', tt ot,, ,'bron! 14pr6oi hrslorrc cammunt+ 260 A National Salute to America's Heroes, LLC August 17,2017 Page 2 the activation of the 2018 Event, with any other proposed activation subject to negotiation and mutual agreement of the City of Miami Beach and the Applicant. Please confirm the Applicant's acknowledgement and agreement to the scope of the activation of the 2018 Event, by signing the enclosed copy of this letter where indicated below, and returning this letterto me byAugust 30, 2017. Upon receipt of yourexecuted copy, the City Managerwill execute and transmit this correspondence to the Mayor and City Commission via a Letter to Commission. We look forward to our further discussions, and to working with you with regard to the 2018 Event. Sincerely, L*l ? 0y, RaulJ. Aguila City Attorney Enclosurecc: Mayor and Members of the City Commission Jimmy L. Morales, City Manager Eva Silverstein, Director, City's Tourism, Culture and Economic Development Dep't MarciA. Rubin, Esq., as Registered Agent for the Applicant {8930 W. State Road 84, #127 , Davie, FL 33324) Agreed to and accepted by: Date: A National Salute to America's Heroes, LLC Micky Markoff, Manager Date: Jimmy L. Morales City Manager We ore colnmtlleC to prqvdlr,g exceilenl pubiic semce ond sofe4. io oil who ive worL ond ploy m aLr vtbraol toplco! nrslonc caamunily 261 Page 1 b Department of Tourism, Culture & Economic Development Office of Film & Event Production Management Special Events Permit Permit Number: 2077L1 Date: 5/L5/2At7 Event: National Saluteto America's Heroes (Air & Sea Show 2077) The producer of the following event has met the necessary requirements pursuant to the Special Events Permit Requirements and Guidelines of the City of Miami Beach: National Salute to Am€rica's Heroes (Air & Sea Show 2017) A National Salute to America's Heroes, LLC Maureen Luna 215 Grand Concourse Maureen Luna Phone: 954449-477 L ttobile: 954449'477 t Miami Shores FL -33138 lloblle: 954549-477t Event: Permittee: Contact: Address: Onsite Contact: Event Location 1: Event Locatlon 2i Nclghborhood: Fax: #ErrtError f USA Lummus Park Beach; loth - 14th Streets Beachfront at 14 Street Ocean Drive Eegin Event Date End Event Date Start Hour End Hour Load-In Date Begin Hour End Hour Load-out Date Begin Hour End Hour 5/27/2oL7 5/2812ot7 9:00 AM 4:00 PM 5122/20L7 5:00 AM 12:00 AM 5l3Ll20L7 12:00 AM 12:00 AM Event Description! Evant Elements: Estlmated Attcndance: City Services: Aircraft flight demonstration and aquatic show with entertainment, exhibits, souvenir and refreshment sales. Event permit allows for the following areas/ uses: iDisplay Village in Lummus Park west of the dunes in the sand area between 10 and 14 Street. Event must have 50 feet clearance north of County dumpster. Area will include 10'x10'tents 3' apart, larger tents and portolets, electrical with building permits, mllltary recruitment, vehkles and aircraft staged, food and beverage vendors (no alcohol samples or sales), stage in 1100 block for live entertainment,* VIP/ Sponsor rent on beachfront east of dunes from 13 Street to 14 Place, per DEP permit, Miami-Dade turtle monitor requirements, Boucher Brothers approval, tents, portolets, electrical and fencing with building permits. Parachute landing zone in this area, seorred by MBPD and per FAA approvals. Area will be fully secured from public access via police and ocean rescue. Alcohol sampling (no sales) permitted in this area, but may not leave enclosure.. Ocean Box - Event is working with FAA, Coast Guard, other municipalities and Fire to completely control 15,000' x 3000' area of ocean east of swim buoy for a clean zone of no water or aircraft during event (5/27- 28, 9am to 4pm) and rehearsal times (5/26 12-4pm) . Ocean Rescue will maintain swlm zone and restrict all Jetskis, etc. Added buoys per DEP permit reguirements. Other details:t Event must have Miami Beach police escorts for all vehicle access in authorized areas (Lummus sand and beachfront).* Event must execute a comprehensive and continuous sanitation plan that included single stream recycling, regular trash/ dumpster pulls, cleaning of all areas throughout event, protection of sand from any cooking oil or gritl/ coals and construction material, and full sifting of alt event areas until satisfactorily restored.t No night time lighting is permitted, including work/ security lighting, east of dunes from 9pm to 7am. West of dunes, work/ security lightlng must face down/ west and may not be visible from beachfront, per DEP requirements.* Reserved vIP parking in Anchor Garage per Parking arrangement. No other reserved meters or garage spaces approved. No personal vehicles may use Lummus Park or Beachfront. VAP use is for production essential vehicles only,* Noise ordinarrce is waived by City Manager during event and rehearsal times only, 5/26 t2-4pm and 5127' 29 gam-4pm. Waiver is for demonstrations in the Box only. 15000 Exhibit 1 262 Fage 2 Off-duty office notification 305-673-7823. Deputy Chief Rick Clements, Lt. Doug Simon coordinating. Event staffing includes off-duty Police officers handling all load-in and load-out activities and all public safety and traffic needs for this event. No street closures are approved via this permit. All vehicles enterlng the beach must have a police escort at all times, failure to comply with this condition will result on an automatic default of event's deposit, Fire Department has staffed according to the event needs. Coordination by Chief Fernandez and Capt Charlton Price. MEOR will staff entire beachfrcnt, per coordination by Capt, Vincent Canosa. All CiW Departments have been notified. Sanltation Clean Up: Event producers must execute an approved sanitation plan as part of their event. All arrangements and removal of garbage, trash, single stream recycling, and other debris are the sole responsibility of the applicant including but not limited to any of the surrounding areas throughout the duration of the event and immediately following it. Permits may not employ City trash cans and dumpsteE as their sanitation Applicants are required to meet sanitation standards to assure an adequate number of litter and recycling containers are on-site, and must encourage guests to comply with the City of Miami Beach's anti-litter efforts. At minimum, one recycling container is required perdesignated trash collection area. Single stream recycled materials must be removed separately from trash and taken to an appropriate recycling center. Glass contain€rs and plasttc straws are prohiblted unless stated otheruise. Any Styrofoam and polystyrene food service items are strictly prohibited, The event slte and areas surrounding it must be restored to its original condition; failure to execute a proper sanitatlon plan will result in default of the security deposit. Also as part of the Sanitation plan for this event all port-o-lets must be maintained at all times they are open, to event attendees and general public. If event producers wish to lock port-o-lets after event hours, that must be made clear and will be checked. If port-o-lets are rneant for attendee use only, they must be behind enclosed fencing that does not allow open use, Port-o-lets maintenance must include overall cleanliness and restocking paper and supplies throughout the course of open use. Vendors maintaining, emptying and delivering/ removlng pori-o-lets must follow all procedures of Vehlcle Access Policy and have proper passes and escorts. Sand sifting is required as part of this event. Parking Plan: Event attendees will park ln various municjpal parking garages and meter parting in the surrounding areas. 100 VIP parking spaces pre-paid and reserved in Anchor Garage 5/27&28 only, Permlt Conditaons: **THIS PERMTT MUST BE POSTED IN A CONSPICUOUS LOCATION. Failure to do so may result in a citation. NOISE/ EVENT ENTERTAIN MENT: :rThis Special Events permit proviries a City Manager granted waiver from the Miami Dade County Noise Ordinance tor 5/26 L2-4pm,5127-28 9am-4pm for demonstration activity in the ocean box area. In all other areas, applicant shall abide by the Miami Dade County Noise Ordinance and City of Miami Beach ARTICLE IV NOISE section of the City Code.t.Uve and DJ Entertainment as well as announcements at Display Village stage area and in VIP tent.t*Speaker placement must face due east.1* Per the Miami-Dade County ordinance any load-in or load-out activity/operations must cease by 11:00pm and resume the next day at 8:00am unless otheruise stated in this permit.rtNo liquor sales are approved via this permit. Liquor sampling/ wet zone in the enclosed VIP tent area only, with alcohol not to leave the prernises. BEACH ACCESS/SITE LOCANONr*Event site location: Lummus Park sand area 10-14 Street and beachfront hardpack from 13St - 14 Pl. Event producer will leave 25 feet between the event site and the the dune in all areas at all times. r*Beach Access Conditions: as part of this permlt twenty five (25) vehicles are allowed on the beach at one tlme (#'s 4341-4365). As lndicated in the vehicle beach access policy this permit must be displayed on the windshield of any vehicle on the beach. All such vehicles must be escorted onloff the beach by City of Miami Beach Off-Duty Police. Any vehicles that do not have a pass displayed are subject to immediate removal. Event applicant must leave a 25 foot emergency access lane from the eastem most part of the sand dune to the event site or 25 feet from the trash can line to the event site, +*Only essential production vehicles are permitted in Lummus Park or the beachfront. No personal vehicles.t'All beach access and dune cross over's must remain open at all times, except 13-14 Street with signage created by producer to redirect. OCCUPANCY:r*A ternporary occupant load in the enclosed vIP area is PENDING, to be issued by the City's Fire Department, Once issued, applicant must post the certificate for inspection. BUILDING PERMTTS/ CONDITIONS : **Building Department permitted temporary structures include: tent(s), generator(s) (must include absorbent padding under them if on sand or grass), restrooms and fencing. All approved building permits and requisite special inspector forms must be on site for inspection at all times. Failure to provide such forms will result in a violation of this Special Event permit. r*Allowed temporary structur€s which DO NOT require a building permit - portable generators rated at 5000 watts or less (must be enclosed by a fence or barricade, must have sound muffled to abide by noise ordinance; must include absorbent padding under it if on sand or gEss; all cabling must be ADA compliant). A 30" or less riser (for production purposes only; the pt'blic is not allowed on it at any time); tents measuring 120'square feet total or less with three foot separation from each other or any structures if no electrical 'Jseinvolved; ten feet if electrical use involved.*rAppl'atnt rnr,st use black or dark colored plastic fasteners for all installatior'ts on sarrd and must compietaiV 263 Page 3 remove and discarded fasteners from the event site. Any and all t-rews or naiis MUST be removed from sand at event produce/s expense an collected individually as removed. 'rApplicanvvendor is responsible for taking necessary measures to ensure public safety. All cables placed in the public right of way must be covered ln electrical sleeve jackets and must be ADA accessible, '*Any temporary structures not listed a5 part of this permit that are erected at the event site must have the approved building permit and requisite special inspector forms posted on the structure and available for inspectlon at all times. Failure to do so is a violation of this Special Event permit. EXTENSIONS/ PROVISIONS : trThere will be no special use of Ocean Drive or any finger street from 5-15 Street, inclusive of load in and load out, as part of this event,r*Sampling from participating event sponsors may only take place within the identified/ defined event area as per the approved site plan, Any sampling beyond this approved area requires a Temporary Sampling Permit, Any deviation constitutes a violation of this permit and must cease immediately.tr Any sales of non-alcoholic beverages on public property must meet brand alignment of Coca-Cola agreement with the City of Miami Beach. Any deviation constitutes a violation of thts permit and must cease immediately..tAny commercial fllmlng on public prcpeftyi whether produced, coordlnated or approved by the permittee; within or relevant to the approved event area, must have an approved Miami Beach film permit, All drone (UAS) uses are prohibited in event area, whether above public or private property, and cannot be permitted by film permit in public event activations. Allowance of drone uses by permittee is a violation of this permit. t.aDu€ to mosquito breeding concerns, any standing \{ater use is a violation of this permit. STREET CLOSURES/ I.JNE REDUCTIONS/ ROW PERMITS: r*There are no street closures approved as part of this permit. t'Unless otherwise stated in this permit, no closure, lane reduction or traffic holds are permitted Monday - Friday from 7am to 9am and 4pm to 7pm. SIGN.OFF'S/ NEIGHBORHOOD REVIEW : rtResidential notices provided to Il Villaggio, 1501 Ocean Dr. r+Communlty revlewed, OTHER/ DISCTAIMER:r*State of Florida DEP approved. Applicant must abide by DEP idelines. Copies of the DEP permit and guldelines have been provided to the applicant, t*The City of Mlami Eeach reserves the rlght to *aShould any of the Special Event Permit cond clted and may Forfeit the securlty deposlt. in any way, the applicanVproducer will be APPROVED BY: City Manager EVIVW/GW/LN/MB 4il,, I Events Permit at lts discretion. 264 P4a 4 Permit Number: 201771 TER.MS AND CONDTTIONS OF SPECIAL EVENTS PERMIT AUTHORITY: This Permit is issued by the authority of the City Manager (the 'Permittor'), for the purpose of special events on public property, or private property where such event would not normally be allowed, pursuant to the Special Events Permit Regulations and Guidelines, as codified in City of Miami Beach Ordinance No. 2001-3302, as same may be amended from time to time (the Guidelines). PERMIT REQUIRED: This Permit is a public record and must be maintained and available for inspection at all times at the location on which the Event occurs. This Permit may not be assigned, altered, and/orthe terms oFthis Permit varied from by the Permittee without the prior written consent of the City of Miami Beach. This Permit shall not be valid unless approved and executed by the city Manager. COMPLIANCE WITH PERMIT AND LAWS: Permittee agrees to comply with the terms and conditions of this Permit; the Guidelines (as may be amended from time to time); and with all applicable Federal, State, and local laws, regulations, ordinances, and rules. Non-compliance shall be subject to enforcement by the City, through and including, but not limited to, City Police, Code Compliance Officers, Fire Inspectorc, or such other authorities (whether City, State, or Federal) having jurisdiction, and may further result in revocation of this Permit and/or cancellation, suspension, or early termination of the Event. The Permittor, or an authorized representative, may modiff, suspend, or revoke this Permit, at his/her sole discretion, including, but not limited to, such cases where the Permittor finds that Permittee's activities and/or the Event is contrary to the health, safety and welfare of any person, or that said activities are or will cause damage to real or personal property. INSUMiTICE: This Permit is granted subjectto Permittee providing the City any and allapplicable Certificate(s) of Insurance, including general liability insurance, for bodily injury, death, property damage, and personal injury. All Insurance Certificate(s) must name the City of Miami Beach as additional insured and policyholder. INDEMNIFICATION: In consideration of the City's approval of this Permit, and the granting of the privilege herein, Permittee waives all claims against the City of Miami Beach, its officers, agents and employees, for loss or damages caused by, arising out of, or in any way connected with the granting of this Permit or of the Event. Permittee agrees to indemnify, defend and hold harmless the City of Miami Beach, its officers, agents and employees, from any and all alleged claims, loss, damage cr liability caused by, arising out of, or in any way connected with the granting of this Permit or of the Event. RISK: Permittee acknowledges that its use of any City of Miami Beach facilities and/or property for purposes of this Permit and/or the Event, is at its own risk and expressly waives any right to make or prosecute claims or demands against the City of Miami Beach for any loss, injury or damage which Permittee or its officers, agents, employees, guests, invitees, and any other persons or entities related to or associated with the Permittee and/or Event may sustain in the exercise of the permissions granted, or by reason of any defect, deficiency or impairment which may occur from time to time from any cause or the utilities or other services furnished, or for any loss resulting from fire, water, wind, civil commotion, riot, landslide, or acts of God. Permittee further understands and agrees that all City property and facilities are offered in their 'as is' condition with no representation or warranty, express or implied. REMOVAL OF MATERIAE: The Permittee shall clean up and restore the Event location and all City property and facilities hereon and/or related hereto as they were prior to the Event taking place, including, but not limited to, the removal of all temporary structures, equipment, trash and garbage removal, and any other restoration of City property and facilities, as deemed necessary by the City. All such work shall be completed within the tlme specified in the Permit (i.e, load-out date), unless the City agrees in writing, that this may be done at a later time. In the event the Permittee fails to comply, the City of Miami Beach may remove and restore same, and Permittee shall pay any costs incurred. Permittee agrees to pay the CiW of Miami Beach for damage to City of Miami Beach property and facilities resulting ftom operations undertaken by Permittee. VENUE: This Agreement shall be enforceable in Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any and all the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Dade County, Florida. CITY AND CONCESSIONAIRE HEREBY KNOWINGLY AND INTENTIONALLY WAIVE THE RIGHT TO TRIAL BY ]URY IN ANY ACTION OR PROCEEOING THAT CIry AND CONCESSIONAIRE MAY HEREIN AFTER INSTITUTE AGAINST EACH OTHER WITH RESPECT TO ANY MATTER ARISING OUT OF OR RELATED TO THIS AGREEMENT oR THE CONCESSION AREA(S). Commencement of activity under this permit by a permittee or its agents, employees or subcontractors constitutes acceptance of the terms and conditions of this permit. The permittee shall further ensure that all employees, sponsons and guests of the special event comply with the terms and conditions of this permit. All activity under this permit shall also be in compliance with all applicable federal, state, county and municipal laws. This permit may be revoked at any time. 265 l''[;( ii l$fffu,, r8i[ :;ii ,Aaq.G{.r.\q A Fl,4i \ t' to 16 <q t\<< l,'1.-' l.fOZ aVll l, 'o I Hc\r;s,^r^ '1}3$ !i ztozMoHS \ES B urv - ;i. \,- ' .r i I ;lli I 'l:, ii r! =GI =oI UA { r-lJV) "6a <t 266 JCI/I\ ,jZZn t t{ TE,,'I 9 r IItt I 1 a t a T F taIt rn H fili 8gs tStrt 3![ r He9i Eiolul t(nio Ir-LF : I l iE tir lRo' Btl >l ol- o 6o UJF (^' Il.I LLdo<l- q ry99 f4i ffiI I rlEI i ilE"h ;1 I lz EIEI^l LrJi H H4t i1[uqiffii ffii^LBE\ E." @T EEtAa '*--- <rvr= LAd> ?e Sb= ..(g rrE. ; ,r-r";E iq '-rH1 E; .E lEh#l 3x i* lEllF IExtrrLO= I rt hP* I$F HIE|FI IEffi* Ea - EEfEEd ;-e i;'M _"ryffi[ Ewri ffi\ . - .-.rcp s*q{I:tarcrJ l ,0e aa -_-. A a xoud-v .o9z o= -Ar": .^ &V iii ; L>r.$i r oc';?! ". Zlt (\i ; r).j a o s U' ',-.**:E 2--1a1ry3rE51- Zp F."i;*5dC) !t ,0Bt ,:} n- 7,52 YnQz *F:iJ<<F !,4q ;H ,r,6dF-. o; 7. 'onrn -l a4A-,-:Ar\Vi;d r 6r\\\9 r, (Ilir Q,' u)i:Z* "i <qii J< i; *' il ii a ? rrr= t -'-<i{ it5 Z tu U o t+{ FLt F=IA\J Atr] *JJ FcF [r) C\rn RD =Ro:#En,ffflorg6mr-r IE;H<=Eh---- --I u gY- [ Efif; EI]- iI 3=3 rt0oae n II( !; 1 l ii! -I!a,:),I ?E.J= <d l-6F&{ o0 HIO|it\ 0\ -\l'- I Z IJ l- ;T :.h dsl' N. f\i -:> o = u cd Lv- -<a arfi TT # Etl! Eri 267 t !oo3 3 o J3!cn3 o = TC' oltat a , t a,6 d!oo a6 E B a,- I I 1* n () U o 7: gi j&tn lEltnnr- {it u.l lEl trtr IcI<{rra-Dlq< J (/: E tJ) Eg k -t l' zuo !(.o a'l fla€x 'i?, lr.tg,rlt lr, u,z 7 ul Elt 268 I , , ? * CI o C o 0 U o 3i. ? ,iJ' </) {ttn gt o{.UJ' .o' ,. '1 nu<t .a l"r{ I-'ri ' ,icl,.,iFi;:,#:{.:d .:, {,tr t/. I \ ( L 7 il" i t {i 6)*{ {ir >zo 11 d 269 idl* .: r.. i. l.1l1.r '.t.ilt E-4' :_ '' )-..{'.:. a ; rr4 iI .:lL!< 1 ri! 04lt cn E ((t q( 7el10 270 STATE OF FLORIDA DEPARTMENT OF ENVIRONUENTAL PROTECTION Division of Water Resource Management 2600 Blair Stone Road . Meil Statlon 3522 Tallahassee, Florida 32399-2400 (850) 24s,8336 PERMITNUMBER: DA-729 PERMIT-TEE Ciry of Mianri Beach c/o Maureen Luna I0394 W, Sample Road Coral Springs, F'lorida 33065 NOTICE TO PROCEED AND PERIvIIT FOR CONSTRUCTION OR OTHER ACTIVlTIES PURSUANT TO SECTION I6I.053. FLORIDA STATUTES FINDINGS OF FACT: An application for authorization to conduct the activities seaward of the coastal construcrion conilol line that are indicated in the project description. rvas filed by the applicant/perntittee named herein on Aprit2t.20l7, and was determined to be complete pursuant to rule on May 1,2017. CONCLUSIONS OF LAW: After considering the merits of the proposal and an1 wrihen objections from affected persons. the Department finds that upon compliance with the pennit conditions. the activities indicated in the project description of this permit are of such a nature that they rvill result in no significant adverse intpacts to the beacVdune areas or to adjacent propcrtics: that thc rvork is not expected to adversely irnpact nesting sea rurtles. their hatchlings. or their habitat: that the rvork is expendable in nature and/or is appropriately designed in accordance with Section 628-33.005, Florida Adrninistrative Code. Based on the folegoing considerations, the Department approves the application: authoriz€s construction and/or activities at the location indicated below in srrict accordance with the project description, the approved plans (if any) and the General Permit Conditions *.hich are attached and are by this reference incorporated herein. and any additional conditions shown below. pursuant to Section 161.053(4), Florida Statutes. EXPIRATION DATE; May 31.2017 LOCA'I'ION: Between approximatell'271 feet and 484 feet south of the Department of Environmental Protection's reference monument R-67, in Dade County. Project address: Lunrmus Park. 14'h Street and Oceau Drive, MiamiBeach. PROJECT DESCRIPTION: The applicant/perminee is authorized to constuct pavilions for a special evenl (National Salute to America's Heroes). The rotal event area is approxiruately 136.500 square feet, rvhich is fenced off. Confined ivithin this area is the placement of appn-rximately 8,733 squ'are feet of ternporary tenl structures and approxirnately 7,200 square feet of a platform area, as shown. The project is to setup on May 22. 2017 with teardown and site restoration to be coutpleted by May 3 I , 20 1 7. This project area is to be accessed through authorized access points. only. Additionally. during show times security will direct pedestrian traffic to the existing fire lane. SPECIAL PERMIT CONDITIONS: i. Existing native beach and dune vegetation shall be disturbed only to the nrinintuni extent necessary' to complete work within the authorized construction linrits. 271 PERMITTEE: City of MiamiBeach PERMIT NUMBER: DA-729 PAGE 2 2. 3. 4. All rubble and debris resulting from this construction shall be removed to a location landward of the coastal construction control [ine. No water from the structure or event area shall be allowed to run onto or across the beach. All structures proposed to be constructed in marine turtle nesting habitat and left out overnight shall have three (3) feet of vertical clearance beneath them, at least seven (7) feet of horizontal clearance between the supporls where they rneet the beach, and shall be located as far landward as possible. Any structures or materials not meeting tfiese criteria rnust be removed by sundown each day with the exception of the proposed fences, fwo tents without floors or contents and portable toilets that are to be located on the packed sand area near the vegetation line. All staging shall be off the beach. Storage of event equipment and materials shall be offthe beach or in the stationary trucks and trailers on the packed sand area near the vegetation line that are authorized in the permitted plans. The use of heavy equipment is prohibited, and the use of street vehicles to transport even( equipment is prohibited except on beaches where public beach driving is allowed by local ordinance. A lightweight, ATV-type vehicle with I0 p.s.i. or less ground-to-tire pressure rnay be used for equipment transport if allowed by local ordinance. Use of vehicles shall be minimized, and restricted to event set-up and break- down. In order to place structures on the beach. surveys for marine turtle nesting activity must be ongoing, and have been conducted daily for 55 days previous to the event date or since the beginning of marine turtle nesting season in accordance with the following couditious: 6.1. All nesting surveys shall be conducted by qualified persons who hold a valid marine turtle pennit issued by the Florida Fish and Witdlife Conservation Comrnissiou (FWC) pursuarlt to Florida Administrative Code Rule 68E- l . No materials or equipment may be set up on the beach until the applicant has coordinated with the nrarine turtle permit holder. 6.2. It is the responsibility of the permittee to ensure that the project area and access sites are surveyed daily for marine turtle nesting activity and all nests occurring in the project area are marked for protection. The pennittee must arrange for a Marine Turtle Permit Holder who is duly authorized to conduct activities on the beach through a valid permit issued by the FWC, pursuant to 68E- 1, F.A.C., to conduct all nesting surveys and nest protection work and shall convey the following requirements to the Marine Turtle Permit Holder who has agreed to conduct nest marking for this activity. 6.3. Nest surveys shall be conducted daily between sunrise and 9 a.rn. during marine turtle nesting season. No activity shall occur in any location prior to completion of the necessary marine turtle nest survey and protection llreasures. 6.4. Nests deposited within the event area shall be marked and left in place unless natural factors threaten the success of the nest. Any nests left in the event area shall be clearly marked, A circle with a radius of ten ( l0) feet, centered at the clutch. shall be marked by stake and survey tape or string. No activities shall enter this circle and no adjacent activities shall be allowed which might directly or indirectly disturb the area within the staked circle. No lighting associated with the event is authorized after 9;00 p.m. during the marine turtle nesting season. 5, 6. 7. 272 PERMIT'|EE: City of Miami Beach PERMIT NUMBER: DA-729 PAGE 3 t. No water from the structure or event area shall be allowed to run onto the beach where it could impact adjacent sea turtle nests. 9. In the event an unmarked marine turtle nest is exposed. or a dead, injured, or sick marine turtle is discovered during the event, the nrarine turtle permit holder shall be notified imnrediately such that appropriate conservation rneasures can be taken. Within 24 hours of any such occurreuce, a report of the incident shallbe sent to the FWC Imperiled Species Management Section at MarineTurtle@myfwc.com. 10. The permittee shall not disturb existing beach and dune topography. No excavation of sand landward of ttle mean high water line is permitted. Any temporary minor disturbances in the sand (including ruts, depressions, holes, or mounds) shall be filled in and raked smooth with hand tools each evening. I I " All structures shall be removed no later than pcrmit expiration. Gf, NERAL PERMIT CONDTTTONS (l) The following general permit conditions shall apply, unless waived by the Department or modified by the perrnit: (a) The permittee shall carry out the construction or aclivity for which the permit was granted in accordance with the plans and specifications that were approved by the Department as part of the permit. Deviations therefrom, without written approval from the Department. shall be grounds for suspension of the work and revocation of the permit pursuant to Section 120.60(7), F.S., and shall result in assessment of civil fines or issuance of an order to alter or remove the unauthorized work, or both. No other construction or activities shall be conducted. No modifications to project size, location, or structural design are authorized without prior written approval from the Department. A copy ofthe notice to proceed shall be conspicuously displayed at the project site. Approved plans shall be made available for inspection by a Department representative. (b) The permittee shall conduct the construction or activity authorized under the permit using extreme care to prevent any adverse impacts to the beach and dune system, marine turtles. their nests and habitat, or adjacent property and structures. (c) The permittee shall allow any duly identified and authorized member of the Department to enter upon the prernises associated with the project authorized by the permit for the purpose of ascertaining compliance with the terms of the permit and with the rules of the Department until all construction or activities authorized or required in the perrnit have been completed and all project perfonnance reports, certifications, or other documents are received by the Department and determined to be consistent with the permit and approved plans. (d) The perminee shall hold and save the State of Florida, the Department, and its officers and employees harmless from any darnage, no matter how occasioned and no matter what the amount, to persons or property that might result from the construction or activity authorized under the permit and from any and all claims and judgments resulting from such damage. (e) The permittee shall allow the Department to use all records, notes, monitoring data, and other infonnation relating to construction or any activity under the permit, which are submitted, for any purpose necessary except where such use is otherwise specifically forbidden by law. (f) Construction traffic shall not occur and building materials shall not be stored on vegetated areas seaward of the control line unless specifically authorized by the permit. If the Department determines that this requirement is not being met, positive control measur€s, such as temporary fencing, designated access roads, adjustment of construction sequence, or other requirements, shall be provided by the permittee at the direction of the Department. Temporary construction fencing shall not be sited within nrarine turtle nesting habitas. (g) The permittee shall not disturb existing beach and dune topography and vegetation except as expressly authorized in the pemtit. Before the project is considered complete. any disturbed topography or vegetation shall be restored as prescribed in the permit with suitable fill material or revegetated with appropriate beach and dune vegetation. 273 PERMITTEE; City of MiamiBeach PERMITNUMBER: DA-729 PAGE 4 (h) All fill material placed seaward of the control line shall be sand which is similar to that already existing on the site in both coloration and grain size. All such fill material shall be free of construction debris, rocks, clay, or other foreign matter: shall be obtained from a source landward of the coastal construction control line; and shall be free ofcoarse gravel or cobbles. (i) If surplus sand fill results from any approved excavation seaward of the control [ine, such material shall be distibuted seaward of the control line on the site, as directed by the Departrnent. unless otherwise specifically authorized by the permit. 0) Any native salt-tolerant vegetation destroyed during construction shall be replaced with plants of the same species or, by authorization of the Deparrnent, with other native salt-tolerant vegetation suitable for beach and dune stabilization. Unless otherwise specifically authorized by the Department, all plants installed in beach and coastal areas - whether to replace vegetation displaced, damaged, or destroyed during construction or otherwise - shall be of species indigenous to Florida beaches and dunes, such as sea oats, sea grape, saw palmetto, panic grass, saltmeadow hay cordgrass, seashore saltgrass, and railroad vine, and grown from stock indigenous to the region in which the project is located. (k) All topographic restoration and revegetation work is subject to approval by the Department, and the status of restoration shall be reported as part of the final certification of the actual work performed. (l) If not specifically authorized elsewhere in the permi! no operation, tansportation, or storage of equipment or materials is authorized seaward of the dune crest or rigid coastal structure during the marine turtle nesting season. The marine turtle nesting season is May I through October 3l in all counties except Brevard, Indian River, St. Lucie, Martin, Palm Beach, and Broward counties where leatherback turtle nesting occurs during the period of March I through October 3 l. (m) If not specifically authorized elsewhere in the permit. no temporary tighting of the construction area is authorized at any time during the marine turtle nesting season and no additional pennanent exterior lighting is authorized. (n) All windows and glass doors visible from any point on the beach must be tinted to a transmittance value (light transmission from inside to outside) of 45% or less through the use of tinted glass or window film. (o) The permit has been issued to a specified property owner and is not valid for any other person unless formally transferred. An applicant requesting transfer of the permit shall sign two copies of the permit transfer agreement form, agreeirlg to comply with all tenns and conditious of the permit, and retunt both copies to the Department. The transfer request shall be provided on the form entitled ''Permit Transfer Agreement" - DEP Form 73-103 (Revised l/04), which is hereby adopted and incorporated by reference, No work shall proceed under the permit until the new owner has received a copy of the transfer agreement approved by the Department. A copy of the transfer agreement shall be displayed on the construction site along with the permit. An expired permit shall not be transfened. (p) The permittee shall immediately inform the Department ofany change of mailing address of the permittee and any authorized agent until all requirenrents of the permit are met. (q) For permits involving major structures or activities, the permittee shall submit to the Department periodic progress reports on a monthly basis beginning at the start of construction and continuing until all work has been completed. If a permit involves either new annoring or major reconstruction of existing armoring, the reports shall be certified by an engineer licensed in the State of Florida. The permittee or eugineer, as appropriate. shall certif, that as of the date of each report all construction has been performed in compliance with the plans and project description approved as a part of the permit and with all conditions of the perrnit, or shall specifo any deviation from the plans, project description, or conditions of the permit. The report shall also state the percent of completion of the project and each major individual conrponent. The reports shatl be provided to the Department using the form entitled "Periodic Progress Report" - DEP Form 73-l I I (Revised 6i04), which is hereby adopted and incorporated by reference. Pennits for minor structures or activities do not require submittal of periodic reports unless required by special permit condition. (r) For permits involving habitable major structures, all construction on the pemritted structure shall stop when the foundation pilings have been installed. At that time the foundation location form shall be submined to and accepted by the Department pricr to proceeding with further vertical construction above the foundation. The 274 PERMITTEE: City of Miami Beach PERMIT NUMBER; DA-729 PAGE 5 fonn shall be signed by a professional surveyor, licensed pursuant to Chapter 4'72, F .5., and shall be based upon such surveys performed in aecordance with Chapter 472, F.S., as are necessary to determine the actual configuration and dimensioned relationship of the installed pilings to the control line. The information shall be provided to the Department using the form entitled "Foundation Location Certification" - DEP Form 73-l l48 (Revised 9/05), which is hereby adopted and incorporated by reference. Phasing of foundation certifications is acceptable. The Department shall notify the pennittee of approval or rejection of the fonn within seven (7) working days after staffreceipt of the form. All survey information upon which the form is based shall be made available to the Department upon request. Pennits for repairs or additions to existing structures with nonconforming foundations are exempt from this condition. (s) For permits involving major structures, the perminee shall provide the Department with a report by an engineer or architect licensed in the State of Florida within thirty (30) days following completion of the work. The report shall state that all locations specified by the permit have been verified and that other construction and activities authorized by the permit have been performed in compliance with the plans and project description approved as a part of the pennit and all conditions of the permit; or shall describe any deviations from the approved plans, project description. or permit conditions, and any work not performed. Such report shall not relieve the perminee of the provisions of paragraph 628-33.0155(lXa), F.A.C. If none of the pennitted work is performed, the permittee shall inform the Department in writing no later than 30 days following expiration of the permit. The report shall be provided on the form entitled "Final Certification" DEP Form 73- I l58 (Revised 9/05), which is hereby adopted and incorporated by reference. (t) Authorization for construction of armoring or other rigid coastal stnrctures is based on an engineering review and assessment of the design and anticipated performance and impact of the structure as a complete unit. Construction of any less than the complete structure as approved by the Dcpa*ment is not authorized and shall result in the assessment of an administrative fine and the issuance of an order to remove the partially constructed structure. Modifications to the project size, location, or structural design shalt be authorized by the Department in accordance with Rule 628-33.013, F.A.C. (2) The perminee shall not commence any excavation, construction, or other physical activity on or encroaching on the sovereignfy Iand of Florida seaward of the mean high water line or, if established, the erosion control line until the permittee has received from the Board of Trustees of the Internal Improvement Trust Fund the required lease, license, easernent, or other form ofconsent authorizing the proposed use. (3) The permittee shall obtain any applicable licenses or permits required by Federal, state, county, or municipal law. (4) This permit does not authorize trespass onto other property. (5) In the event of a conflict between a general permit condition and a special permit condition, the special permit condition shall prevail. (5) Copies of any forms referenced above can be obtained by writing to the Department of Environmental Protection,2600 Blair Stone Road, MS 3522, Tallahassee, Florida 32399-240A, or by telephoning (850)245- 8336. Approved plans are incorporated into this pennit by reference. Executed in Tallahassee, Florida. STATE OF FLORIDA DEPARTMENT OF ENVIRONMENTAL PROTECTION Celora Douse Jackson, Engineer IV Coastal Construction Control Line Program 275 PERMITTEE: City of Miami Beach PERMITNUMBER: DA-72e PACE 6 CERTIFICATE OF SERVICE The undersigned duly designated deputy clerk hereby' certifies that this permit and all copies were sent on lhe filing date belorv to the follorving listed persons: Graham W in ick, C ity of M iam i Beach, graham rvinick@ rn iarni beachfl .eov Maureen Luna, Agent, maureen(Dusasalute.coB Vanessa Domisch, DEP lleld staf{ Vanessa.donrisch@deo.state.tl.us Ke ll ie Youmans, FWC, Kel I ie.Youmans@myfwc. coE FILING AND ACKNOWLEDGMENT FII-ED, on this date, pursuant to Section 120.52. F. S.. rvith the designatcd Departrnent Clerk. receipt of rvhich is hereby acknowledged. 05n912017 Date NOTICE OF RIGHTS This action is finaland effective on the date filed with the Clerk of the Departnrent unless a petition for an administrative hearing is timely filed under sections 120.559 and 120.57. Florida Statutes. before the deadline for filing a petition. On the filing of a timely and suftrcient petition, this action will not be final and effective until further order of the Departrnent. Because the administrative hearing process is designed to formulate final agency action, the hearing process may result in a modification of the agency action or even denial of the application. Petition for Administrative Hearing A person whose substantial interests are affected by the Departrnent's action nray petition for an adnrinistrative proceeding(hearing)undersectiorrs 120.569 and 120.57, Florida Statutes. Pursuanttorule 28-106.201, Florida Administrative Code, a petition for an administrativc hearing must contain the following information: (a) The name and address ofeach agency affccted and cach agency's file or identification nunrber, if known; (b) The name, address, any e-mail address. any facsimile number. and telephone nurnber of the petitioner, if the petitioner is not represented by an attorney or a qualified representative; the name. address. and tclcphone number of the petitioner's representative. if any. rvhich shall be the address for serryice purposes during the course of the proceeding: and an explanation of how the petitioner's substantial interests will be affected by the agency determination; (c) A statement of when and horv the petitioner received notice of the agency decision:(d) A strtement ofall disputed issues of rnaterial fact. If there are none, the petition must so indicate:(e) A concise statement of the ultimate facts alleged, including the specific facls that the petitioner contends warrant reversal or modification of the agenc)''s proposed action:(f) A statenrent of the specific rules or statutes the petitioner contends require reversal or modification of the agency's proposed action, including arr explanation of horv the alleged facts relate to t6e specific rules or statutes; and(g) A statement of the relief sought by the petitioner, statillg precisely the action petitioner rvishes the agency to take with respect to the agcncy's proposed action. Clerk 276 PERMITTEE: City of MiamiBeach PERMITNUMBER: DA-729 PAGE 7 The petition must be filed (received by the Clerk) in the Office of General Counsel of the Department at 3900 Commonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. Also, a copy of the petition shall be mailed to the applicant at the address indicated above at the time of filing. Time Period for Filine a Petition In accordance with rule 62-110.106(3), Florida Administrative Code, petitions for an administrative hearing by the applicant must be filed within 2l days of receipt of this written notice, Petitions filed by any persons other than the applicant, and other than those entitled to written notice under section 120.60(3), Florida Statutes, must be fi led within 2 I days of publication of the notice or within 2 I days of receipt of the written notice, whichever occurs first. Under section 120.60(3), Florida Statutes, however, any person who has asked the Department for notice of ag€ncy action may file a petition within 2l days of receipt of such notice. regardless of the date of publication. The failure to file a petition witlrin the appropriate time period shall constitute a waiver of that person's right to request an administrative determination (hearing) under $ections 120.569 and 120.57, Florida Statutes, or to intervene in this proceeding and participate as a party to it. Any subscquent intervention (in a proceeding initiated by another pa4y) will be only at the discretion of the presiding officer upon the filing of a motion in compliance with rule 28-106.205, Florida Adrninistrative Code. Extension of Time Under rule 52-l 10.106(4), Florida Administrative Code, a person whose substantial interests are affected by the Department's action may also request an extension of time to file a petition for an administrative hearing, The Department may, for good cause shown, grant the request for an extension of time. Requests for extension of time must be filed with the Office of Ceneral Counsel of the Department at 3900 Comrnonwealth Boulevard, Mail Station 35, Tallahassee, Florida 32399-3000. before the applicable deadline for filing a petition for an administrative hearing. A timely request for extension of time shall toll the running of the time period for filing a petition until the request is acted upon. Mediation Mediation is not available in this proceeding. Judicial Review Once this decision becomes final, any parfy to this action has the right to seek judicial review pursuant to section 120.68, Florida Statutes, by filing a Notice of Appeal pursuant to rules 9.110 and 9.190, Florida Rules of Appellate Procedure, with the Clerk of the Department in the Office of General Counsel, 3900 Commonwealth Boulevard, M.S. 35, Tallahassee, Florida 32399-3000; and by filing a copy ofthe Notice of Appeal accompanied by the applicable filing fees with the appropriate Disrict Court of Appeal. The Notice of Appeal must be filed within 30 days from the date this action is filed with the Clerk of the Department. The Agency will not publish or require the person requesting a permit to publish in a newspaper a notice of receipt of the permit application or notice of Agency action granting or denying the permit. Persons receiving a permit are advised that interested parties who become aware of Agency action approving or denying the permit, or who observe work on the pdect within certain time frames without any prior notice, may have rights to petition for an administrative hearing under Chapter 120, F.S. For this reason, it may be in the best interest of the person proposing the activity to publish, at its expense, a one-time "Notice of Permit Issuance" in a newspaper of general circulation in the counly where the activity is located meeting the requirements of Chapter 50, F.S. Agency staffcan provide persons with the information for such a notice upon request. Persons who are substantially affected by the proposed action may petition for an administrative hearing within the time frames spccified in the notice and Chapter 120, F.S. 277 SP=CIAL EVENTS PERM|T CONDITIONS !'32 'UIARINE TURTLE PROTECTION for 2017 Miomi Beoch Ak & Seo Show, Miomi-Dode County The following conditions are required for the protection of marine turtles during the marine turtle nesting season. The nesting season is March 1 - October 3l in Brevard, Indian River, St. Lucie, Martin, Palm Beach, and Broward counties, and is May I - October 3l in all other coastal counties in Florida. l) All structures proposed to be constructed in marine turtle nesting habitat and left out ovemight shall have tkee (3) feet of vertical clearance beneath them, at least seven (7) feet of horizontal clearance between the supports where they meet the beach, and shall be located as far landward as possible. Any structures or materials not meeting these criteria must be removed by sundown each day with the exception of the propmed fences, two tents without floors or contents and portable toilets that are to be located on the packed sand area near the vegetation line. All staging shall be offthe beach. Storage of event equipment and materials shall be off the beach or in the stationary trucks and trailers on the packed sand area near the vegetation line that are authorized in the permitted plans. 2) Theuse of heavy equipment is prohibited, and the use of street vehicles to transport event equipment is prohibited except on beaches where public beach driving is allowed by local ordinance. A lighmeight, ATV-type vehicle with 10 p.s.i. or less ground-to+ire pressure may be used for equipment hansport if allowed by local ordinance. Use of vehicles shall be minimized, and restricted to event set-up and break-down. 3) In order to place structures on the beach, surveys for marine turtle nesting activity must be ongoing, and have been conducted daily for 65 days previous to the event date or since the beginning of marine turtle nesting season in accordance with the following conditions: a) All nesting surveys shall be conducted by qualified persons who hold a valid marine turtle permit issued by the Florida Fish and Wildlife Conservation Commission (FWC) pursuant to Florida Adminiskative Code Rule 68E-1. No materials or equipment may be set up on the beach until the applicant has coordinated with the marine turtle permit holder. b) It is the responsibility of the permittee to ensure that the project area and access sites are surveyed daily for marine turtle nesting activity and all nests occurring in the project area are marked for protection. The permittee must arrange for a Marine Turtle Permit Holder who is duly authorized to conduct activities on the beach through a valid permit issued by the FWC, pursuant to 68E-1, F.A.C., to conduct all nesting surveys and nest protection work and shall convey the following requirements to the Marine Turtle Permit Holder who has agreed to conduct nest marking for this activity. Poge I of2 278 4) 5) 6) SPECIAL EVENTS PERMIT CONDITIONS FOR JI4ARINE IURTLE PROTECTICN for 2017 Miomi Beqch Air & Seq Show, Miomi-Dqde County c) Nest surve)6 shall be conducted daily between sunrise and 9 a.m. during marine turtle nesting season. No activity shall occur in any location prior to completion of the necessary marine turtle nest survey and protection measures. d) Ness deposited within the event area shall be marked and left in place unless natural factors ttreaten the success ofthe nest. Any nests left in the event area shall be clearly marked. A circle with a radius of ten (10) feet, centered at the clutch, shall be marked by stake and survey tape or string. No activities shall enter this circle and no adjacent activities shall be allowed which might directly or indirectly disturb the area within the staked circle. During marine turtle hatching season (July I - October 3t), no structures or materials which could impede the progress of turtle hatchlings may remain seaward of a nest overnight No lighting associated with the event is authorized after 9:00 p.m. during the marine turtle nesting season. No water from the structure or event area shall be allowed to run onto the beach where it could impact adjacent sea turtle nests. In the event an unmarked marine turtle nest is exposed, or a dead, injured, or sick marine turtle is discovered during the event, the marine turtle permit hoider shall be notified immediately such that appropriate conservation measures can be taken. Within 24 hours of any such occurrence, a report of the incident shall be sent to the FWC Imperiled Species Managernent Section at MarineTurtle@mvfivc.com. The permittee shall not disturb existing beach and dune topography and vegetation. No excavation of sand landward of the mean high water line is permitted. Any temporary minor disturbances in the sand (including ruts, depressions, holes, or mounds) shall be filled in and raked smooth with hand tools each evening. 7) Poge 2 of 2 279