Loading...
Agreement with Kimley-Horn and Associates, Inc. 2. 15-2 ct AGREEMENT BETWEEN CITY OF MIAMI BEACH AND KIMLEY-HORN AND ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG DISCIPLINE: LANDSCAPE ARCHITECTURE, CIVIL ENGINEERING, AND ENVIRONMENTAL ENGINEERING RESOLUTION NO. 2015-29041 AND 2015-29068 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 SCHEDULES: SCHEDULE A 30 SCHEDULE B 31 SCHEDULE C 33 ATTACHMENTS: ATTACHMENT A 34 ATTACHMENT B 35 ATTACHMENT C 36 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND KIMLEY-HORN AND ASSOCIATES, INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this 11 day of January , 2016 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and Kimley-Horn and Associates, Inc., a North Carolina corporation having its principal office at 1221 Brickell Avenue, Suite 400, Miami, FL 33131 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on June 10th, 2015 and July 8th, 2015, the City Commission approved Resolution No. 2015-29041 and 2015-29068, respectively, authorizing the City to enter into negotiations with Kimley-Horn and Associates, Inc. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, 4 which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein)shall also be considered Basic Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or 5 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change 6 Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather(except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five 7 (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B— Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. 8 STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 9 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager(Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. 10 extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted)shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing pp g of the corrections. 2.10.1 The Consultant shall be responsible for deficient; defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by 11 the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in.writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the 12 Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF . CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans 13 and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and 14 insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be.made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the 15 sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 16 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+1-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any 17 resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended-Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work 18 involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). 19 ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for 20 Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty(30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. 21 ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14)days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully 22 violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any con struction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. 24 • ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: Kimley-Horn and Associates, Inc. 1221 Brickell Avenue, Suite 400 Miami, FL 33131 Attn: George Puig, PLA (Landscape) Attn: Derrick Lewis, P.E. (Civil) Attn: Brenda Westhorp (Environmental) Email: george.puig @kimley-horn.com Email: derrick.lewis @kimley-horn.com Email: brenda.westhorp @kimley-horn.com Tel: (305)673-2025 Fax: (919) 677-2050 All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for -a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, 26 including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. 27 Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest �' �.•��`"�"""M� CITY OF MIAMI p EAC( 1'11111 .� , • • . Attest * =�-• ' 'ociates, Inc. o �� .; d • see ReatAAL-7-- Signature Secretary =` .; ,\� ignature/P- Print Name v m �� ='' °`'°47 Print Name APPROVED AS TO uor n° FORM&LANGUAGE • Y�O er'Q• "°°"'""'°•`° G 0 Z 8 &FOR EXECUTION NC o°' if (13 CitY MOONY ki=le Date SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND, KIMLEY-HORN AND ASSOCIATES, INC. CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: Kimley-Horn and Associates, Inc. 1221 Brickell Avenue, Suite 400 Miami, FL 33131 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ 2014-146-YG) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 29 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXX)000( Design Services* $)0 )00000( Bidding and Award Services $XX)UUUUUC Construction Administration ** $)0000000( Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 30 HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/ GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or Construction) $ 94'88 31 SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTANT: • No preapproved sub-consultants submitted with proposal. 32 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 33 RESOLUTION NO. 2015-29041 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS FOR GROUP 1 - LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING, AND GROUP 2 - TOWN PLANNING ARCHITECTURE, INTERIOR DESIGN & SPACE PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE, AND GROUP 3 - CIVIL ENGINEERING AND LAND SURVEYING, AND GROUP 4 - STRUCTURAL ENGINEERING AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED BASIS (THE "RFQ"); AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., CRAVEN, THOMPSON & ASSOCIATES, INC., AND MILLER LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE;; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KOBI KARP ARCHITECTURE & INTERIOR DESIGN, INC., GLAVOVIC STUDIO, INC., M.C. HARRY & ASSOCIATES, INC., STANTEC CONSULTING SERVICES, INC., AND BEA ARCHITECTS, INC., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF TOWN PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH R. J. HEISENBOTTLE ARCHITECTS, P.A., WILLIAM B MEDELLIN ARCHITECT P.A., DOUGLAS WOOD ASSOCIATES, INC., BENDER & ASSOCIATES ARCHITECTS, P.A., FOR THE DISCIPLINE OF HISTORICAL PRESERVATION ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WADE TRIM, INC., STANTEC CONSULTING SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., PURE ENGINEERING SERVICES, INC., AND SCHWEBKE - SHISKIN & ASSOCIATES, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE - SHISKIN & ASSOCIATES, INC., TRIANGLE SURVEYING AND MAPPING, INC., KEITH AND SCHNARS, P.A., BISCAYNE ENGINEERING COMPANY, INC., AND CRAVEN THOMPSON AND ASSOCIATES, INC., FOR THE DISCIPLINE OF LAND SURVEYING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TLC ENGINEERING FOR ARCHITECTURE, INC., WOLFBERG ALVAREZ & PARTNERS, INC., AND RGD ASSOCIATES, INC. D/B/A RGD CONSULTING ENGINEERS FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, 3, and 4 consisted of the following individuals: GROUP 1 — LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2—GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 3—CIVIL ENGINEERING, LAND SURVEYING SERVICES • Brian Bellino, City Surveyor, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works, City of Miami Beach; and GROUP 4—MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; the Committee for Group 3 convened on March 31, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were provided an overview of the project; information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on the scope of services, references, and a copy of each proposal; and WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Kimley-Horn and Associates, Inc., third highest ranked, Craven, Thompson & Associates, Inc., fourth highest ranked; Miller Legg & Associates, Inc., fifth highest ranked; Chen Moore and Associates, Inc., sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: Kobi Karp Architecture & Interior Design, Inc., top ranked; Glavovic Studio, Inc., M.C. Harry & Associates, Inc., and Stantec Consulting Services, Inc., all tied as the second highest ranked firms; BEA Architects, Inc., fifth highest ranked; Bermello, Ajamil, & Partners, Inc., as the sixth highest ranked; Edward Lewis Architects, Inc., as the seventh highest ranked; Wolfberg Alvarez and Partners, Inc., as the eight highest ranked, R. J. Heisenbottle Architects, P.A., as the ninth highest ranked, SBLM Architects, P.C., as the tenth highest ranked, Rodriguez Architects, Inc., as the eleventh highest ranked, CPH, Inc., as the twelfth highest ranked; HAKS Engineers, Architects and Land Surveyors, P.C., as the thirteenth highest ranked; CIMA Engineering Corp., as the fourteenth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Town Planning Architecture was as follows: Zyscovich, Inc., top ranked; The Corradino Group, second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Historical Preservation Architecture was as follows: R. J. Heisenbottle Architects, P.A., top ranked; William B. Medellin Architect, P.A., second highest ranked; Douglas Wood Associates, Inc., third highest ranked, Bender& Associates Architects, P.A., fourth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Wade Trim, Inc., top ranked; Stantec Consulting Services, Inc., second highest ranked; Kimley-Horn And Associates, Inc., third highest ranked, Pure Engineering Services, Inc., fourth highest ranked; Schwebke - Shiskin & Associates, Inc., fifth highest ranked; Stanley Consultants, Inc., as the sixth highest ranked; BCC Engineering, Inc., and R.J. Behar & Company, Inc., both tied as the seventh highest ranked firm, Craven Thompson And Associates, Inc., as the ninth highest ranked, Brindley Pieters & Associates, Inc., as the tenth highest ranked, Chen Moore And Associates, Inc., as the eleventh highest ranked, CPH, INC., as the twelfth highest ranked; Milian, Swain & Associates, Inc., as the thirteenth highest ranked; Coastal Systems International, Inc., as the fourteenth highest ranked; Keith And Schnars, P.A., as the fifteenth highest ranked; CB&I Environmental & Infrastructure, Inc., as the sixteenth highest ranked; CES Consultants, Inc., as the seventeenth highest ranked; Lockwood, Andrews & Newman, Inc., as the eighteenth highest ranked; HAKS Engineers Architects and Land Surveyors, P.C., as the nineteenth highest ranked; EAC Consulting, Inc., as the twentieth highest ranked; The Corradino Group as the twenty first highest ranked; Robayna and Associates, Inc., as the twenty second highest ranked; Biscayne Engineering Company, Inc., as the twenty third highest ranked; Miller Legg & Associates, Inc., as the twenty fourth highest ranked; Ross Engineering, Inc., as the twenty fifth highest ranked; Cummins Cederberg, Inc., as the twenty sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Land Surveying was as follows: Schwebke - Shiskin & Associates, Inc., top ranked; Triangle Surveying and Mapping, Inc., second highest ranked; Keith and Schnars, P.A., third highest ranked, Biscayne Engineering Company, Inc., fourth highest ranked; Craven Thompson And Associates, Inc, fifth highest ranked; Robayna And Associates, Inc., as the sixth highest ranked; Marlin Engineering, Inc., as the seventh highest ranked; CB&I Environmental & Infrastructure, Inc., as the eight highest ranked, Miller Legg &Associates, In., as the ninth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: TLC Engineering for Architecture, Inc. top ranked; Wolfberg Alvarez & Partners, Inc., second highest ranked, RGD Associates, Inc. DBA RGD Consulting Engineers, third highest ranked; and WHEREAS, the proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ; and WHEREAS, once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting; and WHEREAS, after reviewing all the submissions and the Evaluation Committee's rankings, the City Manager exercised his due diligence and concurs with the Committee's rankings. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications No. 2014-346-YG, for Professional Architectural and Engineering Services in specialized categories on an as-needed basis (the "RFQ"); authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Kimley-Horn and Associates, Inc., Craven, Thompson & Associates, Inc., and Miller Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the administration to enter into negotiations with Kobi Karp Architecture & Interior Design, Inc., Glavovic Studio, Inc., M.C. Harry & Associates, Inc., Stantec Consulting Services, Inc., and BEA Architects, Inc., for the discipline of General Architecture;authorizing the Administration to enter into negotiations with Zyscovich, Inc., The Corradino Group, Inc., for the discipline of Town Planning Architecture; authorizing the administration to enter into negotiations with R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood Associates, Inc., Bender & Associates Architects, P.A., for the discipline of Historical Preservation Architecture; authorizing the administration to enter into negotiations with Wade Trim, Inc., Stantec Consulting Services, Inc., Kimley-Horn and Associates, Inc., PURE Engineering Services, Inc., and Schwebke - Shiskin &Associates, Inc., for the discipline of Civil Engineering; authorizing the administration to enter into negotiations with Schwebke - Shiskin & Associates, Inc., Triangle Surveying and Mapping, Inc., Keith and Schnars, P.A., Biscayne Engineering Company, Inc., and Craven Thompson and Associates, Inc., for the discipline of Land Surveying; authorizing the administration to enter into negotiations with TLC Engineering for Architecture, Inc., Wolfberg Alvarez & Partners, Inc., and RGD Associates, Inc. d/b/a RGD Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /0 day of 7ifile_2015. ATTEST: "7/4, rl AI rt /// /// Rafael E. ranado, City I ^`�� , %hit Philip Le V- l!e; r T:\AGENDA120151June1PR000Rs ENT12014 ip. !"•a' ; fesjiona t'hit-•..,:1 and Engineering Services-Reso.docx i * INCORP ORATED: r . 'i,- If St L-F1 • �• APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION City Attorney Date COMMISSION ITEM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF LANDSCAPE ARCHITECTURE, GENERAL ARCHITECTURE, TOWN PLANNING ARCHITECTURE, HISTORICAL PRESERVATION ARCHITECTURE, CIVIL ENGINEERING, LAND SURVEYING, AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING. Key Intended Outcome Supported: Streamline The Delivery Of Services Through All Departments Supporting Data(Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: The Administration issued RFQ 2014-346-YG to seek the proposals from consultants to provide Architectural and Engineering Services in Specialized Categories On An As-Needed-Basis, for projects in which construction costs do not exceed $2 Million or for study activities for which the fee does not exceed $200,000. The RFQ was approved for issuance by the City Commission on September 17, 2014. The RFQ was released on September 18, 2014. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. On December 2, 2014, the City received proposals from fifty-one (51)firms. Because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration has evaluated and has herein made recommendations for award by category group. On February 26, 2015, March 19, 2015, March 31, 2015, and April 8, 2015, the Evaluation Committees appointed by the City Manager via LTC # 054-2015 convened to evaluate Groups 1, 2, 3, and 4, respectively, The Committees were instructed to score and rank the proposals received pursuant to the evaluation criteria established in the RFQ. The results of the evaluation committee process were presented to the City Manager for his recommendation to the City Commission. Because of the large number of response for certain disciplines and the projected volume of work, staff is recommending that no more than five (5) firms be awarded in each category. This agenda item addresses only an award recommendation for the following disciplines: Landscape Architecture, General Architecture, Town Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and Plumbing Engineering. The proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed. Once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting. After reviewing the submission and the Evaluation Committee's rankings of proposals received, the City Manager recommends that the Mayor and the City Commission, pursuant to RFQ No. 2014-346-YG, for Architectural and Engineering Services in Specialized Categories On An-Needed-Basis, authorize the Administration to enter into negotiations with the Proposers recommended for each discipline as noted beginning on page 6 of the attached memorandum. In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. Further, the City Manager recommends the Mayor and City Clerk be authorized to execute an Agreement upon conclusion of successful negotiations by the Administration. RECOMMENDATION: ADOPT THE RESOLUTION. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account Funds: 1 The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. OBPI City Clerk's Office Legislative Tracking:Alex Denis, Extension 6641 Sign-Offs: epartment Director Assi i Manager City M alter AD I EC(r DM MT V I JLM 4E T:1AGEND•0151June\PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Summa •• x • ♦�� AGENDA 1 M C?S MIAMI C 1 DATE 6-to-(s` MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov C MMISSI• MEMORANDUM TO: Mayor Philip Levine and Members he City Co / ission FROM: Jimmy L. Morales, City Manager DATE: June 10, 2015 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEP NG THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR PROPOSALS (RFP) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF LANDSCAPE ARCHITECTURE, GENERAL ARCHITECTURE, TOWN PLANNING ARCHITECTURE, HISTORICAL PRESERVATION ARCHITECTURE, CIVIL ENGINEERING, LAND SURVEYING, AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Streamline The Delivery Of Services Through All Departments BACKGROUND Since June 9, 2010, the City has had contracts pursuant to Request for Qualifications (RFQ) 01-09/10 with various firms for professional architectural and engineering services in specialized categories on an "as-needed-basis". This contract provides access to architecture and engineering (A & E) firms in accordance with the requirements of the State of Florida, Consultant's Competitive Negotiation Act (CCNA). At its September 11, 2013 meeting, the Mayor and City Commission approved the recommendation of the Administration to exercise the last option for renewal of one (1) year, which extended the contract until September 29, 2014. Resolution 2014-28743, passed and adopted September 17, 2014, authorized the issuance of a new RFQ for professional architectural and engineering services in specialized categories on an "as-needed-basis". This resolution further authorized the Mayor and City Clerk to execute Amendment No. 1 to the Contracts executed pursuant to RFQ 01-09/10 to authorize month-to- month extensions until such time as a new RFQ process was completed and new contracts were executed. RFQ PROCESS On September 17, 2014, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis". On September 18, 2014, the RFQ was issued. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. RFQ responses were due and received on December 2, 2014. 144 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 2 The City received proposals in response to the RFQ from the following fifty-one (51)firms: AECOM Technical Services Marlin Engineering Barmello Ajamil & Partners, Inc. McHarry Associates BCC Engineering, Inc. Miller Legg BEA Architects MSA(Milian, Swain &Associates, Inc.) Bender&Associates Architects Pure Engineering Services Biscayne Engineering Company, Inc. R.J. Behar& Company, Inc. Brindley Pieters &Associates RAI CB&I Environmenatal & infrastructure Reines & Straz CES Consultants, Inc. RGD Chen Moore and Associates RJ Heisenbottle CIMA Robayna and Associates Coastal Systems International, Inc. Ross Engineering CPH, Inc. SBLM Architecs Craven Thompson and Associates Schwebke - Shiskin &Associates, Inc. Cummins Cederberg, Inc. Stanley Consultants Douglas Wood Stantec EAC Consulting, Inc. The Corradino Group ELA Architects Thorton Tomasetti E-Sciences TLC Engineering GFA International, Inc. Triangle Surveying Map Glavovic Studio URS Corporation HAKS Wade Trim Keith and Schnars, P.A. William B Medellin Architect P.A. Kimley Horn Wolfberg Alvarez and Partners Kobi Karp Zyscovich Architects Lockwood, Andrews& Newman, Inc. On February 5, 2015, the City Manager appointed the Evaluation Committee via LTC # 054- 2015, which included evaluation committee members for each category group. The Evaluation Committee (the "Committee")for these groups consisted of the following individuals: GROUP 1 —LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach GROUP 2—GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach 145 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(REP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 3 GROUP 3—CIVIL ENGINEERING, LAND SURVEYING SERVICES • Brian Bellino, City Surveyor, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works, City of Miami Beach GROUP 4— MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach Because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration has evaluated and has herein made recommendations for award by category group. For Group 1, the Committee convened on February 26, 2015 to consider proposals received for Landscape Architecture, Planning and Urban Design Architecture, and Environmental Engineering. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 1 resulted in the ranking of proposers as indicated below. The proposals received under the discipline of Planning and Urban Design Architecture and Environmental Engineering (Group 1) are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared and presented at the next available City Commission meeting. LANDSCAPE ARCHITECTURE r:',.::-7, FiYO I I I I I r. '`'Archkectueal.aril,- Enginaerigg-:SeivIc es LOW .', (LANG ARE ` ';i Margarita Rogelio Humberto .' AGGREGATE :i t ECTURE}_?.:;.- Wells Ranking Madan Ranking Cabanas Ranking ;', TOTALS Rank KEITH AND SCHNARS, P.A. 93 1 95 1 83 2 a 4 1 t, AECOM TECHNICAL SERVICES,INC. 78 3 90 2 87 1 6 2 KIMLEY-HORN AND ASSOCIATES,INC. 81 2 78 3 83 2 7 3 CRAVEN,THOMPSON& f1 ASSOCIATES,INC. ! 76 4 61 6 82 4 14 4 MILLER LEGG& ASSOCIATES.INC. 74 5 65 5 77 5 15 5 CHEN MOORE AND ' ASSOCIATES,INC. 70 6 69 4 70 6 , _ 16 6 146 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP)No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 4 For Group 2, the Committee convened on March 19, 2015 to consider proposals received for General Architecture, Interior Design and Space Planning Architecture, Town Planning Architecture, and Historical Preservation Architecture. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 2 resulted in the ranking of proposers as indicated below. The proposals received under the discipline of Interior Design and Space Planning (Group 2) are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared and presented at the next available City Commission meeting. GENERAL ARCHITECTURE RFQ#2014 _ - -; ProfesaigioiaEArchraLarnd:. Fri LOW •.Eti9 ` , Deborah Rogelio Valeria AGGREGATE ,(GEi7R /tRC 1 Tackett Ranking Madan Ranking Mejia Ranking ' TOTALS Rank KOBI KARP ARCHITECTURE& INTERIOR DESIGN.INC. 95 1 92 3 90 4 8 1 GLAVOVIC STUDIO.INC. 88 3 85 8 98 1 12 2 M.C.HARRY&ASSOCIATES, INC. 94 2 89 7 93 3 12 2 STANTEC CONSULTING SERVICES.INC. 87 4 95 1 86 7 12 2 BEA ARCHITECTS,INC. 85 6 90 6 95 2 14 5 BERMELLO AJAMIL& PARTNERS.INC. 84 7 92 3 88 5 15 6 EDWARD LEWIS ARCHITECTS. INC. 80 10 93 2 88 5 17 7 WOLFBERG ALVAREZ AND - PARTNERS.INC. 84 7 91 5 80 8 - 20 8 R.J.HEISENBOTTLE ,:t ' ARCHITECTS,P.A. 87 4 78 9 75 10 c. 23 9 SBLM ARCHITECS,P.C. 84 7 74 11 80 8 26 10 ,RODRIGUEZ ARCHITECTS.INC. 71 11 69 13 75 10 34 11 CPH,INC. 57 _ 12 75 10 65 13 35 12 HAKS ENGINEERS,ARCHITECTS AND LAND SURVEYORS.P.C. 57 12 70 12 55 14 L,1=, 38 13 CIMA ENGINEERING CORP. 56 14 66 14 70 12 40 14 TOWN PLANNING ARCHITECTURE ,,,,:..;,11304#40144409. a. ,t.,%Profe$sialr Architectiiit4 and OM , Engineering Services,'' Deborah Rogelio Valeria .. ' AGGREGATE OWN PLANNING Tackett Ranking Madan Ranking Mejia Ranking TOTALS Rank �� � 9 9 1� 9 �`_ ZYSCOVICH,INC. 97 1 84 1 100 1 r;; 3 1 i. THE CORRADINO GROUP 75 2 76 2 83 2 6 2 HISTORICAL PRESERVATION ARCHITECTURE !;. RFatt; 4a- e-Y. -, " Profeas-00 r ,"`,i, 1� tlkbl#an ' i E�ci g '�7►n SoRVka LOW A*100,}t'1dAt'tf Deborah Rogelio I Valeria V AGGREGATE m-1F4RL$ERVA`1d'1 ,'., Tackett Ranking Madan Ranking Mejia Ranking `'a TOTALS. Rank R.J.HEISENBOTTLE ! 'y ARCHITECTS,P.A. 100 1 99 1 90 1 ':^' 3 1 WILLIAM B MEDELLIN ARCHITEC P.A. 93 3 97 2 90 1 °-Y 6 2 DOUGLAS WOOD ASSOCIATES.INC. 96 2 91 3 75 4 9 3 BENDER&ASSOCIATES ARCHITECTS I ARCHITECTS,P.A. 83 4 84 4 j 80 _ 3 11 4 147 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP)No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 5 For Group 3, the Committee convened on March 31, 2015 to consider proposals received for Civil Engineering and Land Surveying. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 3 resulted in the ranking of proposers as indicated below. CIVIL ENGINEERING RFQ 2O1` a YG Professes a[,: ;', -Accitectural and EngtneerIn , •3:: Low � Services Brian Jose A. Pedro AGGREGATE }_(CIYlt ENGlNfER{IdG} Bellino Ranking Perez Ranking Fuentes Ranking TOTALS Rank WADE TRIM,INC. _ 95 2 97 1 81 8 11 1 STANTEC CONSULTING SERVICES, INC. 90 4 90 6 91 2 J I 12 2 KIMLEY-HORN AND ASSOCIATES,INC. 83 10 90 6 96 1 17 3 PURE ENGINEERING SERVICES.INC. 86 8 89 8 89 3 I 19 4 SCHWEBKE-SHISKIN&ASSOCIATES, r' INC. 96 1 95 3 62 24 • , 28 5 STANLEY CONSULTANTS,INC. 84 9 82 15 84 5 29 6 BCC ENGINEERING,INC. 75 17 93 4 79 9 30 7 R.J.BEHAR&COMPANY,INC. 88 6 83 14 77 10 ,°_ i 30 7 CRAVEN THOMPSON AND ,� I ASSOCIATES.INC. 94 3 87 11 70 18 f 0 32 9 BRINDLEY PIETERS&ASSOCIATES, �:� INC. 76 15 96 2 71 17 ^' 34 10 CHEN MOORE AND ASSOCIATES,INC. 76 15 80 17 86 4 36 11 CPH,INC. 78 13 86 12 74 11 ' 36 11 MILIAN,SWAIN&ASSOCIATES,INC. 87 7 88 9 67 20 Wr I 36 11 COASTAL SYSTEMS INTERNATIONAL, V` INC. 75 17 88 9 74 11 37 14 KEITH AND SCHNARS,P.A. 90 4 74 22 73 13 )i _ 39 15 CB&I ENVIRONMENTAL& INFRASTRUCTURE,INC. 71 21 81 16 83 6 43 16 CES CONSULTANTS,INC. 72 20 91 5 69 19 _ 44 17 LOCKWOOD,ANDREWS&NEWMAN. INC. 79 12 70 26 82 7 '. 45 18 HAKS ENGINEERS ARCHITECTS AND t.'• LAND SURVEYORS,P.C. 80 11 75 21 72 16 48 19 EAC CONSULTING,INC. 77 14 73 23 73 13 ', 50 20 THE CORRADINO GROUP 71 21 78 18 73 13 52 21 ROBAYNA AND ASSOCIATES,INC. 74 19 84 13 65 22 54 22 /BISCAYNE ENGINEERING COMPANY, f�' INC. 70 23 76 20 64 23 66 23 MILLER LEGG&ASSOCIATES,INC. 69 24 72 25 66 21 70 24 ROSS ENGINEERING,INC. 68 25 77 19 60 26 70 24 CUMMINS CEDERBERG,INC. 67 26 73 _ 23 61 25 74 26 LAND SURVEYING i, '.:- .RFQ#2014.346.YG -,. ;Professional Architecturalan :: LOW Engmee04. 4 i)g.,"+ � Brian Jose A. Pedro AGGREGATE € (t,ANp WeING1. 4 . , Bellino Ranking Perez Ranking Fuentes Rankin. OTALS Rank SCHWEBKE-SHISKIN& ASSOCIATES,INC. 100 1 96 1 80 2 4 1 TRIANGLE SURVEYING AND MAPPING,INC. 91 2 93 2 77 4 8 2 KEITH AND SCHNARS,P.A. 87 3 83 7 83 1 11 3 BISCAYNE ENGINEERING COMPANY,INC. 83 , 7 87 3 79 3 13 4 CRAVEN THOMPSON AND ASSOCIATES.INC. 86 4 84 6 69 5 15 5 ROBAYNA AND ASSOCIATES 85 5 85 5 68 6 16 6 MARLIN ENGINEERING,INC. 84 6 86 4 63 8 18 7 CB&I ENVIRONMENATAL& INFRASTRUCTURE 75 9 82 8 67 7 24 8 MILLER LEGG&ASSOCIATES. INC. 77 8 75 9 60 9 4, 26 9 148 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP)No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 6 For Group 4, the Committee convened on April 8, 2015 to consider proposals received for Structural Engineering and Mechanical, Electrical, and Plumbing Engineering. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided general information on the scope of services, references, and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for Group 4 resulted in the ranking of proposers as indicated below. The proposals received under the discipline of Structural Engineering (Group 4) are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals is complete, an agenda item will be prepared and presented at the next available City Commission meeting. MECHANICAL, ELECTRICAL, AND PLUMBING RFQ#20 4434,6-YG Professional Architectural and ;.Engineering nrfces `: LOW (MECHANICAL,ELECTRICAL Oniel Jose A. Sabrina AGGREGATE u•Pt, MGY: Toledo Ranking Perez Ranking Baglieri Ranking TOTALS Rank TLC Engineering for Architecture, Inc. 100 1 88 1 93 1 3 1 Wolfberg Alvarez&Partners.Inc. 86 2 85 3 90 2 7 2 RGD Associates,Inc.DBA RGD E'z Consulting Engineers 73 3 87 _ 2 85 3 W. 8 I 3 Because of the large number of response for certain disciplines and the projected volume of 9 P P projected work, staff is recommending that no more than five (5) firms be awarded in each category. o 9 ( ) This agenda item addresses only an award recommendation for the following disciplines: Landscape Architecture, General Architecture, Town Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and Plumbing Engineering. The proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ. Once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting. MANAGER'S DUE DILIGENCE & RECOMMENDATION After reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Kimley-Horn and Associates, Inc., Craven, Thompson & Associates, Inc., and Miller Legg & Associates, Inc., for the discipline of Landscape Architecture. Kobi Karp Architecture & Interior Design, Inc., Glavovic Studio, Inc., M.C. Harry & Associates, Inc., Stantec Consulting Services, Inc., BEA Architects, Inc., for the discipline of General Architecture. Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Town Planning Architecture. 149 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Proposals(RFP) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. June 10, 2015 Page 7 R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood Associates, Inc., Bender & Associates Architects, P.A., for the discipline of Historical Preservation Architecture. Wade Trim, Inc., Stantec Consulting Services, Inc., Kimley-Horn and Associates, Inc., PURE Engineering Services, Inc., and Schwebke - Shiskin & Associates, Inc., for the discipline of Civil Engineering. Schwebke - Shiskin & Associates, Inc., Triangle Surveying and Mapping, Inc., Keith and Schnars, P.A., Biscayne Engineering Company, Inc., and Craven Thompson and Associates, Inc., for the discipline of Land Surveying. TLC Engineering For Architecture, Inc., Wolfberg Alvarez & Partners, Inc., and RGD Associates, Inc. d/b/a RGD Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering. In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. The City Manager further recommends that the Mayor and City Clerk be authorized to execute an agreement upon conclusion of successful negotiations by the Administration. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Proposals (RFP) 2014-346-YG for Professional Architectural and Engineering Services in Specialized, on an as needed basis. JLM/MT/AD/YG T:IAGENDA12015 1June1PROCUREMEN112014.346-YG RFQ-Professional Architectural and Engineering Services-Memo(Revised 6.2.20 5).docx 150 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS FOR GROUP 1 - LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING, AND GROUP 2 - TOWN PLANNING ARCHITECTURE, INTERIOR DESIGN & SPACE PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE, AND GROUP 3 - CIVIL ENGINEERING AND LAND SURVEYING, AND GROUP 4 - STRUCTURAL ENGINEERING AND MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED BASIS (THE "RFQ"); AUTHORIZING THE ADMINISTRATION TO INTO NEGOTIATIONS O O ENTER T NON GO IONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., CRAVEN, THOMPSON & ASSOCIATES, INC., AND MILLER LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE;; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KOBI KARP ARCHITECTURE & INTERIOR DESIGN, INC., GLAVOVIC STUDIO, INC., M.C. HARRY & ASSOCIATES, INC., STANTEC CONSULTING SERVICES, INC., AND BEA ARCHITECTS, INC., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF TOWN PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH R. J. HEISENBOTTLE ARCHITECTS, P.A., WILLIAM B MEDELLIN ARCHITECT P.A., DOUGLAS WOOD ASSOCIATES, INC., BENDER & ASSOCIATES ARCHITECTS, P.A., FOR THE DISCIPLINE OF HISTORICAL PRESERVATION ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WADE TRIM, INC., STANTEC CONSULTING SERVICES, INC., KIMLEY-HORN AND ASSOCIATES, INC., PURE ENGINEERING SERVICES, INC., AND SCHWEBKE - SHISKIN & ASSOCIATES, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE - SHISKIN & ASSOCIATES, INC., TRIANGLE SURVEYING AND MAPPING, INC., KEITH AND SCHNARS, P.A., BISCAYNE ENGINEERING COMPANY, INC., AND CRAVEN THOMPSON AND ASSOCIATES, INC., FOR THE DISCIPLINE OF LAND SURVEYING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TLC ENGINEERING FOR ARCHITECTURE, INC., WOLFBERG ALVAREZ & PARTNERS, INC., AND RGD ASSOCIATES, INC. D/B/A RGD CONSULTING ENGINEERS FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR 151 AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, 3, and 4 consisted of the following individuals: GROUP 1 —LANDSCAPE ARCHITECTURE, PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2—GENERAL ARCHITECTURE, INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE, TOWN PLANNING ARCHITECTURE, AND HISTORICAL PRESERVATION ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 3—CIVIL ENGINEERING, LAND SURVEYING SERVICES • Brian Bellino, City Surveyor, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach • Jose Rivas, Civil Engineer III, Public Works, City of Miami Beach; and GROUP 4— MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING, AND STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach 152 WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; the Committee for Group 3 convened on March 31, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were provided an overview of the project; information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on the scope of services, references, and a copy of each proposal; and WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Kimley-Horn and Associates, Inc., third highest ranked, Craven, Thompson & Associates, Inc., fourth highest ranked; Miller Legg & Associates, Inc., fifth highest ranked; Chen Moore and Associates, Inc., sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: Kobi Karp Architecture & Interior Design, Inc., top ranked; Glavovic Studio, Inc., M.C. Harry & Associates, Inc., and Stantec Consulting Services, Inc., all tied as the second highest ranked firms; BEA Architects, Inc., fifth highest ranked; Bermello, Ajamil, & Partners, Inc., as the sixth highest ranked; Edward Lewis Architects, Inc., as the seventh highest ranked; Wolfberg Alvarez and Partners, Inc., as the eight highest ranked, R. J. Heisenbottle Architects, P.A., as the ninth highest ranked, SBLM Architects, P.C., as the tenth highest ranked, Rodriguez Architects, Inc., as the eleventh highest ranked, CPH, Inc., as the twelfth highest ranked; HAKS Engineers, Architects and Land Surveyors, P.C., as the thirteenth highest ranked; CIMA Engineering Corp., as the fourteenth highest ranked;,and WHEREAS, the Committee's ranking for the discipline of Town Planning Architecture was as follows: Zyscovich, Inc., top ranked; The Corradino Group, second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Historical Preservation Architecture was as follows: R. J. Heisenbottle Architects, P.A., top ranked; William B. Medellin Architect, P.A., second highest ranked; Douglas Wood Associates, Inc., third highest ranked, Bender&Associates Architects, P.A., fourth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Wade Trim, Inc., top ranked; Stantec Consulting Services, Inc., second highest ranked; Kimley-Horn And Associates, Inc., third highest ranked, Pure Engineering Services, Inc., fourth highest ranked; Schwebke - Shiskin & Associates, Inc., fifth highest ranked; Stanley Consultants, Inc., as the sixth highest ranked; BCC Engineering, Inc., and R.J. Behar & Company, Inc., both tied as the seventh highest ranked firm, Craven Thompson And Associates, Inc., as the ninth highest ranked, Brindley Pieters & Associates, Inc., as the tenth highest ranked, Chen Moore And Associates, Inc., as the eleventh highest ranked, CPH, INC., as the twelfth highest ranked; Milian, Swain & Associates, Inc., as the thirteenth highest ranked; Coastal Systems International, Inc., as the fourteenth highest ranked; Keith And Schnars, P.A., as the fifteenth highest ranked; CB&I Environmental & Infrastructure, Inc., as the sixteenth highest ranked; CES Consultants, Inc., as the seventeenth highest ranked; Lockwood, Andrews & Newman, Inc., as the eighteenth highest ranked; HAKS Engineers Architects and Land Surveyors, P.C., as the nineteenth highest ranked; EAC Consulting, Inc., as the twentieth 153 highest ranked; The Corradino Group as the twenty first highest ranked; Robayna and Associates, Inc., as the twenty second highest ranked; Biscayne Engineering Company, Inc., as the twenty third highest ranked; Miller Legg & Associates, Inc., as the twenty fourth highest ranked; Ross Engineering, Inc., as the twenty fifth highest ranked; Cummins Cederberg, Inc., as the twenty sixth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Land Surveying was as follows: Schwebke - Shiskin & Associates, Inc., top ranked; Triangle Surveying and Mapping, Inc., second highest ranked; Keith and Schnars, P.A., third highest ranked, Biscayne Engineering Company, Inc., fourth highest ranked; Craven Thompson And Associates, Inc, fifth highest ranked; Robayna And Associates, Inc., as the sixth highest ranked; Marlin Engineering, Inc., as the seventh highest ranked; CB&I Environmental & Infrastructure, Inc., as the eight highest ranked, Miller Legg &Associates, In., as the ninth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: TLC Engineering for Architecture, Inc. top ranked; Wolfberg Alvarez & Partners, Inc., second highest ranked, RGD Associates, Inc. DBA RGD Consulting Engineers, third highest ranked; and WHEREAS, the proposals received under the discipline of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering are still being reviewed by the Procurement Department to ensure compliance with the requirements of the RFQ; and WHEREAS, once the review of the proposals received under the aforementioned disciplines is complete, an agenda item will be prepared and presented at the next available City Commission meeting; and WHEREAS, after reviewing all the submissions and the Evaluation Committee's rankings, the City Manager exercised his due diligence and concurs with the Committee's rankings. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications No. 2014-346-YG, for Professional Architectural and Engineering Services in specialized categories on an as-needed basis (the "RFQ"); authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Kimley-Horn and Associates, Inc., Craven, Thompson & Associates, Inc., and Miller Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the administration to enter into negotiations with Kobi Karp Architecture & Interior Design, Inc., Glavovic Studio, Inc., M.C. Harry & Associates, Inc., Stantec Consulting Services, Inc., and BEA Architects, Inc., for the discipline of General Architecture;authorizing the Administration to enter into negotiations with Zyscovich, Inc., The Corradino Group, Inc., for the discipline of Town Planning Architecture; authorizing the administration to enter into negotiations with R. J. Heisenbottle Architects, P.A., William B Medellin Architect P.A., Douglas Wood Associates, Inc., Bender & Associates Architects, P.A., for the discipline of Historical Preservation Architecture; authorizing the administration to enter into negotiations with Wade Trim, Inc., Stantec Consulting Services, Inc., Kimley-Horn and Associates, Inc., PURE Engineering Services, Inc., and Schwebke - Shiskin &Associates, Inc., for the discipline of Civil Engineering; authorizing the administration to enter into negotiations with Schwebke - Shiskin & 154 Associates, Inc., Triangle Surveying and Mapping, Inc., Keith and Schnars, P.A., Biscayne Engineering Company, Inc., and Craven Thompson and Associates, Inc., for the discipline of Land Surveying; authorizing the administration to enter into negotiations with TLC Engineering for Architecture, Inc., Wolfberg Alvarez & Partners, Inc., and RGD Associates, Inc. d/b/a RGD Consulting Engineers for the discipline of Mechanical, Electrical, and Plumbing Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this day of 2015. ATTEST: Rafael E. Granado, City Clerk Philip Levine, Mayor T:\AGENDA\2015\June\PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Reso.docx APPROVED AS TO FORM &LANGUAGE & FOR EXECUTION City Attorney Date 155 THIS PAGE INTENTIONALLY LEFT BLANK 156 RESOLUTION NO. 2015-29068 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., AECOM TECHNICAL SERVICES, INC., - ZYSCOVICH, INC., AND THE CORRADINO GROUP, INC., FOR THE DISCIPLINE OF PLANNING AND URBAN DESIGN ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH KEITH AND SCHNARS, P.A., URS CORPORATION, E-SCIENCES, INC., CB&I ENVIRONMENTAL & INFRASTRUCTURE, INC., AND KIMLEY-HORN AND ASSOCIATES, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EDWARD LEWIS ARCHITECTS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH DOUGLAS WOOD ASSOCIATES, INC., STANLEY CONSULTANTS, INC., THORNTON TOMASETTI, INC., BRINDLEY PIETERS & ASSOCIATES, INC., AND BCC ENGINEERING, FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; FURTHER, SHOULD THE ADMINISTRATION BE UNABLE TO NEGOTIATE AN AGREEMENT WITH ANY OF THE RECOMMENDED FIRMS, THE ADMINISTRATION IS AUTHORIZED TO NEGOTIATE WITH OTHER RANKED FIRMS IN ORDER OF RANK IN EACH CATEGORY; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, Request for Qualifications No. 2014-346-YG (the RFQ) was issued on September 18, 2014, with an opening date of December 2, 2014; and WHEREAS, a voluntary pre-proposal meeting was held on October 1, 2014 and on October 13, 2014; and WHEREAS, the City received proposals from a total of fifty-one (51)firms; and WHEREAS, because of the magnitude of the scope of the RFQ, including all the service categories requested, the Administration will evaluate and make recommendations for award by category group; and WHEREAS, on June 10, 2015, via Resolution 2015-29041, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the following disciplines/groups: Group 1 - Landscape Architecture; Group 2 - General Architecture, Town Planning Architecture and Historical Preservation Architecture; Group 3 - Civil Engineering and Land Surveying; and Group 4: Mechanical, Electrical, and Plumbing Engineering; and WHEREAS, this resolution only addresses an award recommendation for the following remaining disciplines/groups: Group 1 - Planning and Urban Design Architecture and Environmental Engineering; Group 2: Interior Design and Space Planning Architecture; and Group 4: Structural Engineering; and WHEREAS, on February 5, 2015, the City Manager via Letter to Commission (LTC) No. 054-2015, appointed an Evaluation Committee (the "Committee"), which included evaluation committee members for each category group; and WHEREAS, the Evaluation Committee (the "Committee") for Groups 1, 2, and 4 consisted of the following individuals: GROUP 1 —PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach; and GROUP 2—INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach; and GROUP 4—STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jose Perez, Capital Projects Coordinator, CIP, City of Miami Beach WHEREAS, the Committees convened to consider the proposals, as follows: the Committee for Group 1 convened on February 26, 2015; the Committee for Group 2 convened on March 19, 2015; and the Committee for Group 4 convened on April 8, 2015; and WHEREAS, the Committees were provided an overview of the project; information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law; general information on the scope of services, references, and a copy of each proposal; and WHEREAS, the Committees were instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of Group 1 - Planning and Urban Design Architecture was as follows: Keith and Schnars, P.A., top ranked; AECOM Technical Services, Inc., second highest ranked; Bermello, Ajamil & Partners, Inc., third highest ranked, Zyscovich, Inc., fourth highest ranked; The Corradino Group, Inc., fifth highest ranked; and WHEREAS, the Committee's ranking for the discipline of Group 1- Environmental Engineering was as follows: Keith and Schnars, P.A., top ranked; URS Corporation, second highest ranked; E-Sciences, Inc., third highest ranked, CB&I Environmental & Infrastructure, Inc., fourth highest ranked; Kimley-Horn and Associates, Inc., fifth highest ranked; GFA International, Inc., and Stantec Consulting Services, Inc., are tied as the sixth highest ranked; Cummins Cederberg, Inc., eighth highest ranked, and WHEREAS, the Committee's ranking for the discipline of Group 2 - Interior Design and Space Planning Architecture was as follows: Bermello, Ajamil & Partners, Inc., top ranked; Edward Lewis Architects, Inc., second highest ranked; and WHEREAS, the Committee's ranking for the discipline of Group 4 - Structural Engineering was as follows: Douglas Wood Associates, Inc., top ranked; Stanley Consultants, Inc., second highest ranked; Thornton Tomasetti, Inc., third highest ranked; Brindley Pieters & Associates, Inc., fourth highest ranked; BCC Engineering, Inc., fifth highest ranked; CES Consultants, Inc., sixth highest ranked, and HAKS Engineers Architects and Land Surveyors, P.C., as the seventh highest ranked; and WHEREAS, the City Manager has considered the proposals received, the results of the evaluation committee process and Section 2-369 of the City Code, which states that in the award of contracts the following, shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract; and WHEREAS, after careful review of the above, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering. Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, Inc., for the discipline of Structural Engineering. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request For Qualifications (RFQ) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis, for the disciplines of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering; authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture; authorizing the Administration to enter into negotiations with Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering; authorizing the Administration to enter into negotiations with Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture; authorizing the Administration to enter into negotiations with Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, for the discipline of Structural Engineering; further, should the Administration be unable to negotiate an agreement with any of the recommended firms, the Administration is authorized to negotiate with other ranked firms in order of rank in each category; and further authorizing the Mayor and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this 7 day of Ju/ 2015. ATTEST: At: z / R-fael . Granado Cit \ 8 ht's�� ayc � / ) T:\AGENDA120151July1PROCURE y IW2014 •'.-YG�r•• • sidnal r.oitectural and Engineering Services-Reso(Plan,Urban Design,Env Eng,Int Design,Structural Eng).do INCORP ORATED: R c oA�ry 2 r . APPROVED AS TO FORM&LANGUAGE. &FOR EXECUTION City Attorney Date COMMISSION ITEM SUMMARY Condensed Title: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING. Key Intended Outcome Supported: Streamline The Delivery Of Services Through All Departments Supporting Data (Surveys, Environmental Scan, etc: N/A Item Summary/Recommendation: The Administration issued RFQ 2014-346-YG to seek the proposals from consultants to provide Architectural and Engineering Services in Specialized Categories On An As-Needed-Basis, for projects in which construction costs do not exceed $2 Million or for study activities for which the fee does not exceed $200,000. The RFQ was approved for issuance by the City Commission on September 17, 2014. The RFQ was released on September 18, 2014. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. On December 2, 2014, the City received proposals from fifty-one (51)firms. Via Resolution 2015-29041 passed and adopted June 10, 2015, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the P tY 9 P 9 9 P P disciplines of Landscape Architecture, General Architecture, Town Planning Architecture, Historical Preservation Architecture, Civil Engineering, Land Surveying, and Mechanical, Electrical, and Plumbing Engineering. This agenda item addresses an award recommendation for the following remaining disciplines: Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering. After reviewing the submission, the Evaluation Committee's rankings of proposals received and the City Code, the City Manager recommends that the Mayor and the City Commission, pursuant to RFQ No. 2014-346-YG, for Architectural and Engineering Services in Specialized Categories On An-Needed-Basis, authorize the Administration to enter into negotiations with the Proposers recommended for each discipline as noted beginning on page 5 of the attached memorandum. In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. Further, the City Manager recommends the Mayor and City Clerk be authorized to execute an Agreement upon conclusion of successful negotiations by the Administration. RECOMMENDATION Adopt the Resolution. Advisory Board Recommendation: N/A Financial Information: Source of Amount Account • Funds: 1 The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. OBPI City Clerk's Office Legislative Tracking: Alex Denis, Extension 6641 Sign-Offs: D •artment Director Assistant City Manager City g • s er AS ,-�,, EC fe# DM .' MT JL • T:.AGEN' •0151July1PROCUREMENT12014- 46-YG RFD-Professional Architectural and Engineering Services-Sum - (Plan, Urban Design, Env Eng, t Design,Structural Eng).docx AGENDA ITEM C MIAMIBEACH AGENDA DATE 7-8-IS- BEA H �MIAMI City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139, .miamibeachfl.gov C MMISSIO i1MEMORANDUM TO: Mayor Philip Levine and Members of he City Comm sion FROM: Jimmy L. Morales, City Manager �Jra DATE: July 8, 2015 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2014-346-YG, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN AS-NEEDED-BASIS, FOR THE DISCIPLINES OF PLANNING AND URBAN DESIGN ARCHITECTURE, ENVIRONMENTAL ENGINEERING, INTERIOR DESIGN AND SPACE PLANNING ARCHITECTURE, AND STRUCTURAL ENGINEERING. ADMINISTRATION RECOMMENDATION Adopt the Resolution. KEY INTENDED OUTCOME SUPPORTED Streamline The Delivery Of Services Through All Departments BACKGROUND Since June 9, 2010, the City has had contracts pursuant to Request for Qualifications (RFQ) 01-09/10 with various firms for professional architectural and engineering services in specialized categories on an "as-needed-basis". This contract provides access to architecture and engineering (A & E) firms in accordance with the requirements of the State of Florida, Consultant's Competitive Negotiation Act (CCNA). At its September 11, 2013 meeting, the Mayor and City Commission approved the recommendation of the Administration to exercise the last option for renewal of one (1) year, which extended the contract until September 29, 2014. Resolution 2014-28743, passed and adopted September 17, 2014, authorized the issuance of a new RFQ for professional architectural and engineering services in specialized categories on an "as-needed-basis". This resolution further authorized the Mayor and City Clerk to execute Amendment No. 1 to the Contracts executed pursuant to RFQ 01-09/10 to authorize month-to- month extensions until such time as a new RFQ process was completed and new contracts were executed. RFQ PROCESS On September 17, 2014, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis". On September 18, 2014, the RFQ was issued. A pre-proposal conference to provide information to the proposers submitting a response was held on October 1, 2014. An additional pre-proposal conference was also held on October 13, 2014. RFQ responses were due and received on December 2, 2014. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ)No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 2 The City received proposals in response to the RFQ from the following fifty-one (51)firms: AECOM Technical Services Marlin Engineering Bermello Ajamil & Partners, Inc. McHarry Associates BCC Engineering, Inc. Miller Legg BEA Architects MSA(Milian, Swain &Associates, Inc.) Bender&Associates Architects Pure Engineering Services Biscayne Engineering Company, Inc. R.J. Behar& Company, Inc. Brindley Pieters &Associates RAI CB&I Environmenatal & infrastructure Reines & Straz CES Consultants, Inc. RGD Chen Moore and Associates RJ Heisenbottle CIMA Robayna and Associates Coastal Systems International, Inc. Ross Engineering CPH, Inc. SBLM Architecs Craven Thompson and Associates Schwebke - Shiskin &Associates, Inc. Cummins Cederberg, Inc. Stanley Consultants Douglas Wood Stantec EAC Consulting, Inc. The Corradino Group ELA Architects Thorton Tomasetti E-Sciences TLC Engineering GFA International, Inc. Triangle Surveying Map Glavovic Studio URS Corporation HAKS Wade Trim Keith and Schnars, P.A. William B Medellin Architect P.A. Kimley Horn Wolfberg Alvarez and Partners Kobi Karp Zyscovich Architects Lockwood, Andrews & Newman, Inc. On June 10, 2015, via Resolution 2015-29041, the Mayor and City Commission accepted the City Manager's recommendation pertaining to the ranking of proposals for the following disciplines/groups: Group 1 - Landscape Architecture; Group 2 - General Architecture, Town Planning Architecture and Historical Preservation Architecture; Group 3 - Civil Engineering and Land Surveying; and Group 4: Mechanical, Electrical, and Plumbing Engineering. This agenda item only addresses an award recommendation for the following remaining disciplines/groups: Group 1 - Planning and Urban Design Architecture and Environmental Engineering; Group 2: Interior Design and Space Planning Architecture; and Group 4: Structural Engineering. On February 5, 2015, the City Manager appointed the Evaluation Committee via LTC # 054- 2015, which included evaluation committee members for each category group. The Evaluation Committee (the"Committee")for these groups consisted of the following individuals: GROUP 1 — PLANNING AND URBAN DESIGN ARCHITECTURE, AND ENVIRONMENTAL ENGINEERING • Margarita Wells, Environment and Sustainability Specialist, Building Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Humberto Cabanas, Division Director, CIP, City of Miami Beach Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ)No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 3 GROUP 2—INTERIOR DESIGN/SPACE PLANNING ARCHITECTURE • Deborah Tackett, Preservation and Design Manager, Planning Department, City of Miami Beach • Rogelio Madan, Principal Planner, Planning Department, City of Miami Beach • Valeria Mejia, ADA Coordinator, Property Management, City of Miami Beach GROUP 4—STRUCTURAL ENGINEERING • Sabrina Baglieri, Sr. Capital Projects Coordinator, CIP, City of Miami Beach • Oniel Toledo, Construction Manager, Public Works, City of Miami Beach • Jos e Perez, Capital Projects Coordinator, CIP, City of Miami Beach For Group 1 — Planning and Urban Design Architecture, the Committee convened on February 26, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-YG Professional Architectural and Engineering Services LOW (PLANNING&URBAN Margarita Rogelio Humberto AGGREGATE DESIGNS • Wells Ranking Madan Ranking Cabanas Ranking TOTALS Rank KEITH AND SCHNARS, P.A. 96 1 95 1 93 1 3 1 AECOM TECHNICAL SERVICES,INC. 82 2 88 2 87 3 7 2 BERMELLO,AJAMIL& PARTNERS,INC. 79 5 78 3 88 2 10 3 ZYSCOVICH,INC. 80 4 78 3 85 4 11 4 THE CORRADINO GROUP,INC. 82 2 75 5 81 5 _ 12 5 Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ) No. 2014-346-YG, for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 4 For Group 1 — Environmental Engineering, the Committee convened on February 26, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in I the ranking of proposers as indicated below. RFQ#2014-346-YG Professional Architectural and Engineering Services LOW (ENVIRONMENTAL Margarita Rogelio Humberto AGGREGATE . ENGINEERING).. Wells Ranking Madan Ranking Cabanas . Ranking _ TOTALS Rank KEITH AND SCHNARS, P.A. 96 1 .99 2 94 1 4 1 URS CORPORATION 93 2 100 1 88 4 7 2 E-SCIENCES,INC. 89 4 80 4 89 2 10 3 CB&I ENVIRONMENTAL& INFRASTRUCTURE,INC. 92 3 88 3 87 5 11 4 KIMLEY-HORN AND ASSOCIATES,INC. 83 5 79 6 89 2 13 5 GFA INTERNATIONAL, INC. 82 6 80 4 76 8 18 6 STANTEC CONSULTING SERVICES,INC. 82 6 79 6 83 6 18 6 CUMMINS CEDERBERG, INC. 61 8 57 8 80 7 23 8 For Group 2— Interior Design and Space Planning, the Committee convened on March 19, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014346-YG Professional . Architectural and Engineering Services LOW (INTERIOR DESIGN& . Deborah Rogelio Valeria AGGREGATE, SPACE PLANNING) Tackett Ranking Madan Ranking Mejia Ranking TOTALS Rank BERMELLO AJAMIL& PARTNERS.INC. 92 1 92 1 88 1 3 1 EDWARD LEW IS ARCHITECTS,INC. 78 2 73 2 70 2 6 2 I Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications(RFQ) No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 5 For Group 4—Structural Engineering, the Committee convened on April 8, 2015 to consider proposals received to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process for the proposals received resulted in the ranking of proposers as indicated below. RFQ#2014-346-YG Professional Architectural and Engineering LOW SCNfCeS Oniel Jose A. Sabrina AGGREGATE (STRUCTURAL ENGINEERING) Toledo Ranking Perez Ranking _ Baglieri Ranking TOTALS Rank DOUGLAS WOOD ASSOCIATES,INC. 100 1 94 1 94 4 6 1 STANLEY CONSULTANTS,INC. 100 1 91 3 96 2 6 1 THORNTON TOMASETTI,INC. 97 3 90 4 97 1 8 3 BRINDLEY PIETERS&ASSOCIATES, INC. 95 4 92 2 _ 93 5 11 4 BCC ENGINEERING,INC. 90 5 89 5 95 3 13 5 CES CONSULTANTS,INC. 70 6 86 6 77 7 19 6 HAKS ENGINEERS,ARCHITECTS AND LAND SURVEYORS,P.C. 60 7 80 7 78 6 20 7 Because of the large number of response for certain disciplines and the projected volume of work, staff is recommending that no more than five (5)firms be awarded in each category. MANAGER'S DUE DILIGENCE & RECOMMENDATION The City Manager has considered the proposals received, the results of the evaluation committee process and Section 2-369 of the City Code which states that in the award of contracts the following shall be considered: (1) The ability, capacity and skill of the bidder to perform the contract. (2) Whether the bidder can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation,judgment, experience and efficiency of the bidder. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the bidder with laws and ordinances relating to the contract. After careful review of the above, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: Keith and Schnars, P.A., AECOM Technical Services, Inc., Zyscovich, Inc., and The Corradino Group, Inc., for the discipline of Planning and Urban Design Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Keith and Schnars, P.A., URS Corporation, E-Sciences, Inc., CB&I Environmental & Infrastructure, Inc., and Kimley-Horn and Associates, Inc., for the discipline of Environmental Engineering. Edward Lewis Architects, Inc., for the discipline of Interior Design and Space Planning Architecture. The City Manager does not recommend an award to Bermello, Ajamil & Partners in this group because of pending litigation with the City. Douglas Wood Associates, Inc., Stanley Consultants, Inc., Thornton Tomasetti, Inc., Brindley Pieters & Associates, Inc., and BCC Engineering, Inc., for the discipline of Structural Engineering. Commission Memorandum Accepting the Recommendation of the City Manager Pertaining to the Ranking of Proposals pursuant to Request For Qualifications (RFQ)No. 2014-346-YG,for Professional Architectural and Engineering Services In Specialized Categories On An As-Needed-Basis. July 8, 2015 Page 6 In the event that the Administration is unable to negotiate a mutually agreeable with any of the recommended firms, the City Manager recommends that the Mayor and City Commission authorize the Administration to negotiate with other ranked firms, in order of rank, in each category. The City Manager further recommends that the Mayor and City Clerk be authorized to execute an agreement upon conclusion of successful negotiations by the Administration. CONCLUSION The Administration recommends that the Mayor and City Commission of the City of Miami Beach, Florida accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Proposals (RFP) 2014-346-YG for Professional • Architectural and Engineering Services in Specialized, on an as needed basis for the disciplines of Planning and Urban Design Architecture, Environmental Engineering, Interior Design and Space Planning Architecture, and Structural Engineering. JLM/MT DM/ EC/AD/YG T:W GENDA 120151July1PROCUREMENT12014-346-YG RFQ-Professional Architectural and Engineering Services-Memo(Plan,Urban Design, Env Eng,Int Design,Structural Eng).docx ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 34 MIAMtBEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachH.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 8 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS"(the"RFQ") NOVEMBER 24, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TiME.As a reminder to all Proposers, the deadline for the receipt of proposals is UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 2, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. ANSWERS TO ADDITIONAL QUESTIONS RECEIVED. Q1: Proposer dropped off two proposal packages on November 4, 2014. Proposer received Addendum 7 and read that the due date has been extended to December 2. Proposer would like to know if it is okay to leave the package in the Procurement office `til then. Proposer also wanted to know that since its packages were dropped off on November 4, 2014, if Proposer's signature on the addendums is not required for Addendums 4, 5&6. Al: Proposers who have already submitted their Proposal package, prior to the release of Addendum No. 7, may leave their Proposal package in the Procurement Department. To acknowledge receipt of Addendums 4 through 8 (which includes this addendum), Proposers may submit a revised Page 4 from Appendix A in a sealed envelope to the Procurement Department. Or, Proposers may also wait for the Proposal evaluation period when the Procurement Department will request any missing documentation from the Proposer, which will include acknowledgement of published addendums. Q2: Some clarification is still needed on Question #71 in Addendum No. 7. If using a 330 form for TAB 2, Section 2.1 /2.2 — Do we need to re-arrange the order of the 330 form to reflect the order requested? The answer provided in Addendum No. 7 does not clarify the way it should be arranged. Can a clause page be included before these sections that states: "Sections 2.1 and 2.2 are covered in the following 330 form" instead of re-arranging the order of the standard 330 form? A2: The order of Standard Form 330 should not be re-arranged. As indicated in Tab 2, Page 12 of the RFQ, "Proposers may submit the below requested information utilizing the enclosed Standard Form 330 — Architect-Engineer Qualifications". In its response, Proposer may include a page indicating that the information requested in Sections 2.1 and 2.2 of Tab 2 is shown in Standard Form 330 and immediately following include the completed form. Proposer shall indicate which sections of Standard Form 330 correspond to Section 2.1 and 2.2 of Tab 2. Page 1 of 2 2 I Miami Beach ADDENDUM NO.8 RFQ 2014-346-SR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS° Q3: Would you consider re-formulating this RFQ from scratch and putting out a new deadline? This might serve both the City's and the potential proposers' interests best. A3: No, the City will not consider this option. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 , YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a 01/ —40 46' pro•�- - PAl ' Denis rocurement Director MiAMi BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT Tel: 305-673-7490 Fox: 7136-394-4002 ADDENDUM NO. 7 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS"(the "RFQ") NOVEMBER 18, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME.The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, DECEMBER 2, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3' Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. 2. DELETION. The following specialized areas of the RFQ have been deleted: "Geotechnical", under Group B—Engineering, from Section 0200, Sub-Section 2. Purpose. "Acoustics, Noise Abatement'from Appendix C, Sub-Section C2., Scope of Work. "Storage Tank Repair and Monitoring"from Appendix C, Sub-Section C2., Scope of Work. 3. ADDITION.The following clause has been added to Appendix D—Special Conditions: 13. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers&contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered"sole source" or restricted without prior written approval of the City. ANSWERS TO QUESTIONS RECEIVED FROM PROSPECTIVE PROPOSERS: Q1: TAB 2 reads that proposers may submit the information requested under that Tab utilizing the SF330. Then item 2.1 of said Tab asks for 5 projects performed by the firm in the last five years. The SF 330 instruction usually allows for users to provide 10 projects. Does this mean the City is asking for 10 projects, or is it limiting the projects to 5? Could you please clarify? Al: Per Page 12 of the RFQ, Tab 2, Item 2.1, the Proposing Firm is only required to "submit five (5) relevant projects, performed in the last five (5) years as evidence of experience;"It is up to the Proposer's discretion should they want to list more than five relevant projects. 1 Q2: Section Cl. Minimum Requirements under Appendix C, the first bullet states "Proposer must have a minimum of five (5) years' experience and successfully completed at least five (5) projects for public sector agencies." Please clarify the City's definition of "successfully completed". Is this completion of the design or substantially completed in construction? A2: Successfully completed refers to successful completion of the project in the design phase. Q3: Are complete AIE teams, including sub-consultants, required for this RFQ submission? Due to the fact that the specific projects to be awarded under all categories are unknown at this time, as well as the fact that this is a minimum three-year contract term,we strongly feel it would be in the City's best interest to allow prime firms to submit without sub- consultants in order to allow future flexibility in selecting the best possible sub-consultant team for each specific task order's scope. A3: In accordance with Page 13 of the RFQ, Tab 3 —Approach and Methodology, `It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." After award of contract, the prime Proposer would be allowed to add sub-consultants for each specific task as necessary and approved by the City through the City Manager. Q4: Do Form Based Code services fall under the Town Planning or Planning and Urban Design category. A4: Form based code services are not being sought at this time. Should a need arise in the future, the City may consider all its options, including (but not limited to) selecting a consultant pursuant to this RFQ or releasing a separate solicitation. Q5: Please provide copies of all sign in sheets scanned and have them sent out as an addenda as soon as possible. A5: Sign-in sheets for both pre-proposal conferences are attached to this addendum. Q6: At the pre-proposal conference, several firms asking for a deadline extension, especially because there is still the lingering question about team and grouping within a category or in multiple categories. We certainly would like to be informed of a deadline extension, as it could possibly impact the decision of small firms to pursue this solicitation. A6: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q7: If we submit for more than one category, are we going to have to prepare a proposal for each or can we submit together(one proposal for all applicable categories)? A7: Per RFQ Section 0300--Submittal Instructions and Format, sub-section 3: Proposals shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B — Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective 2 group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning, Q8: Can we use our SF-330 which has the colors of our firm but is the exact same form? A8: Yes, that is allowed as long as the structure and contents of the form has not changed. Q9: We provide GIS services but have no Survey Department, can we submit a proposal or will you create a separate category for GIS? A9: Per this RFQ, the GIS services are limited to Survey and collecting GIS features. The City anticipates creating a separate broader GIS RFQ in the future. Q10: Will the relevant experience still be completed projects or can ongoing projects be included (discrepancy between page 12 and Appendix C) A10: Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q11: To follow up on the discussion at yesterday's Pre-Bid meeting,we would like to know if we can submit for Multiple Categories in one package. For example: Civil and Environmental in Group B - Engineering. This would greatly reduce the work effort (not to mention excess paper!) for both the City and the consultants. If this is not possible, then we respectfully request that you consider a time extension to allow firms adequate time to prepare numerous submissions. All: Please refer to the answer written for Question#7 in this Addendum. Q12: Please indicate teaming restrictions, if any, on sub-consultants.Thank you. Al2: Per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted.': As indicated above, Proposers must clearly indicate in their proposal which sections of the scope will be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted. Q13: Section 0300 3. Statements of Qualifications Format. Tab 1 - Item 1.3 Minimum Qualification Requirements (a), Requires LEED, ULI, AICP,APA Certifications for Planning, Urban and Historical Preservation Architects. Please clarify why Historic Preservation architects require such certifications. A13: Please note that, pursuant to Appendix C, section Cl. Minimum Requirements, Planning, Urban, and Historical Preservation Architects certified by or members of LEED, ULI, AICP, APA is a preference and not a requirement. As such, firms that do not have architects certified by or members of LEED, ULI, AICP, APA will not be penalized. 3 Q14: Please clarify the ambiguity in the RFQ 2014-346-YG as to teaming: whether an architectural firm can submit as a lead firm with a roster of subconsultants who, together, cover specialties in both of the listed areas. Also, please clarify whether subconsultants can, in their turn, use specialty subconsultants to cover any gaps in their own team's expertise. A14: While proposers are not precluded from including sub-consultants as part of its team, per Page 13 of the RFQ, Tab 3, `It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." Q15: Regarding the RFQ for Professional Architectural and Engineering Services in Specialized Categories on an "As-Needed Basis", will there be an additional addendum published addressing the teaming clarification that was brought up during the first pre-proposal meeting? The second meeting is not until 10113 and the RFQ packages are due on 10123; this is a very small time-frame to gather a team if need be. A15: Please refer to the answer written for Question #3 and #14 in this addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q16: For submission for Environmental Engineering, the City states per the RFQ that it is searching for submissions in the following sub-categories: general environmental services, environmental & coastal permitting, and contamination assessment. According to your Environmental Department representative, the City prefers for a firm to do this in- house, correct? if we cannot do all these 3 services in-house, can we submit just to the 1 service that we are able to do in-house, or does the City prefer that we team with sub- consultants to be able to submit for all 3 services under Environmental Engineering? A16: In accordance with RFQ Page 13, Tab 3 —Approach and Methodology, `It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." In accordance with the above language, the City prefers that Proposers perform services in- house (with its own forces); however should they be unable to, Proposers must indicate which sections of the scope will be subcontracted. Q17: Under section C2. Scope of Work required, does Coastal Engineering and Coastal Surveys fall under the Civil Engineering discipline? A17: Yes, Coastal Engineering and Coastal Surveys fall under Civil Engineering. Q18: Please confirm that if we are to submit to Civil and Environmental Engineering, that the City requires 2 separate proposals. A18: Please refer to the answer written for Question #7 in this Addendum. 4 Q19: The question is regarding whether the City expects a complete team to be put together for each of the categories depending on the types of projects. For example, if the City intends on doing a pump station project under the Civil Group, do we need to include electrical and mechanical resumes or firms on our team for that category? A19: As part of their submittal, a Civil Engineering firm may include in its proposal qualifications of mechanical and electrical engineers. Please note however, per Page 13 of the RFQ, Tab 3, `It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm(with its own forces) and which sections are intended to be subcontracted" Q20: Is a submittal required for each category a firm may be interested in under Groups A& B? A20: Please refer to the answer written for Question #7 in this Addendum. Q21: Are firms permitted to develop a comprehensive team for each category. A21: Please refer to the answer written for Question#3 and #14 in this addendum. Q22: Are there teaming restrictions? Can a prime firm go as a subconsultant to a firm for any category? A22: Please refer to the answer written for Question # 12 in this Addendum. Q23: I have an inquiry regarding what defines the "General" under the Group A - Architecture Category. Is there a list breakdown of services that can be provided to demonstrate/define "General"? A23: General Architecture is defined as the planning, programming, design, preparation of construction documents, permitting and construction supervision for single and multi-purpose facilities and their sites. These facilities may include, but may not be limited to: parking garages, park facilities, fleet maintenance and storage buildings, etc. Q24: At the top of Page 13 of RFQ 2014-346-YG it indicates that a copy of staff's accredited college diploma or bachelor's degree in Environmental Sciences or related field should be provided for Environmental Engineering Firms. I have two questions: Can a Florida licensed Professional Engineer's certificate satisfy this criteria as Florida licenses PEs only with degrees in engineering from accredited schools? Will an official transcript or other documentation from the school suffice in lieu of a copy of a diploma if that transcript/document clearly states that the individual received a bachelor's degree in an environmental science or related field? A24: Yes, a Florida licensed Professional Engineer's certificate may be provided. Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, must provide copies of the following: Staff's accredited college diploma or Bachelor's degree in Environmental Sciences or related field. Q25: It is a burden on the firms to submit multiple proposals for one, the architecture and engineering categories and then also for the subcategories. It will also slow down the review process by the City. Will the city consider providing a check list for areas of interest and in which the firms are qualified for and for it to be included in the proposal? 5 A25: Please refer to the answer written for Question #7 in this Addendum. Q26: The RFQ states that Landscape Architects must be certified by the International Society of Arboriculture, Landscape Inspectors Association of Florida and FNGLA. These are not certifications normally held by Landscape Architects. Can an ISA certified Arborist be added as a sub consultant to satisfy this requirement? A26: Yes. Q27: If the submitting firm desires to submit proposals for multiple categories, would the City consider allowing the submitting firm to submit one proposal in which the firm describes what categories they may qualify for? It is not clear in the RFP if the City's intent is for submitting firms to form teams. For example, it is typical for a Civil engineering firm to submit as part of its team a surveyor and geotechnical firm that they have a working relationship with. Is it the City's intent to pair firms qualified under separate categories to complete a task order under this contract? Furthermore, the RFP encourages that the submitting firm should self-perform the work proposed under the desired category, however it goes on to encourage the use of DBE sub-consultants. This is somewhat contradictory, Please clarify? A27: Please refer to the answer written for Question #3, #7, and #14 in this Addendum. Q28: If the instructions in the RFQ prevail and proposers are to submit one individual proposal (1-original/11 copies) per discipline, would the City consider giving an extension of the current deadline or staggering the due dates for each the disciplines (e.g. civil, structural, environmental, mechanical etc)? A28: Please refer to the answer written for Question # 7 in this Addendum. As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q29: Will a State issued DBE certification suffice as"verifiable evidence" of Proposer's intent to use DBEs on this contract? A29: Yes. Per Page 13 of the RFQ, Tab 3 —Approach and Methodology, "Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County." Q30: Do the 5 projects being requested as "Qualifications of Proposing Firm", Tab 2-Section 2.1, need to be completed? A30: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q31: Do the 5 projects being requested as "Qualifications of the Proposer Team (Architects and Engineers)Tab 2-Section 2.2, need to be completed? A31: Yes. Per Appendix C, Section C.1, Minimum Requirements, the relevant project experience must be for successfully completed projects. Q32: Is it the intent of the RFQ that submitting firms only show 5 relevant projects in the SF 330, as requested in Tab 2-Section 2.1? 6 A32: Please refer to the answer written for Question#1 in this Addendum. Q33: In speaking to D & B they say an SQR is not something most people are subscribed, but a Comprehensive Report can substitute in many cases since they are similar. Is the SQR mandatory or is there an alternative? A33: The submittal of the SQR is mandatory. Per Page 12 of the RFQ, Tab 2, Item # 2.3, "Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet." Q34: Is the 2"d underlined area a repetitive requirement of the 1st underlined area? Or are you requesting 2 different sets of five (5) relevant projects? RFQ Page 12 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five(5) relevant protects, performed in the last five (5) years as evidence of experience; the following is required: project description, agency name, agency contact, contact telephone & email, and year(s)and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members'qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. For each architect and engineer, include information for five(5) relevant projects, performed in the last five(5)years for public sector clients. Relevant projects shall include those protects similar in scope to those services listed in this RFQ. A34: The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.1 are applicable to the "Proposing Firm". The requirements indicated in Page 12 of the RFQ, Tab 2, Item # 2.2 are applicable to the "Architect and Engineer"in each firm/team. Q35: If we are to have D&B send the SQR directly to the City what information should we include in this tab for our submittal? 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. A35: Given that the SQR must be submitted directly to the Procurement Contact named in the RFQ, Proposers are not required to include information in their proposal under Item # 2.3 of Tab 2, Page 12 of the RFQ. Q36: Do relevant projects have to be completed projects or can they be currently in progress? A36: Please refer to the answer written for Question# 10 in this Addendum. 7 Q37: Under Section C1. MINIMUM REQUIREMENTS: Planning, Urban, and Historical Preservation Architects certified or members of LEED, ULI, AICP, APA is preferred. However, since this is the City's preference and not a minimum requirement, if the firm does not hold any of these certifications will the proposal be deemed non-responsive and not be considered? A37: No, this is a preference and not a requirement. Q38: Given that many firms will be able to Prime various disciplines in Group A and Group B, would the City consider changing the requirements in the current RFQ and requesting that one proposal address all the disciplines for which the firm is able to Prime? A38: Please refer to the answer written for Question #7 in this Addendum. Q39: Our firm is submitting proposals in four disciplines and our corporate offices are questioning the need for 4 separate Dun & Bradstreet SQR Reports. Can we submit one for the firm since they are costly, and the information will be the same on all four? A39: Yes. Q40: If the City intends to select twelve separate firms, then will the City be providing the coordination between disciplines or will one of the twelve firms be required to provide the overall coordination? A40: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected by the City from the appropriate specialization list. The prime proposer will be responsible to hire the applicable or required sub-consultants and coordinate the work. Q41: If the City intends to select twelve separate firms, then why does the sample contract call for written approval of all sub-consultants? A41: Please note that the City does not intend to select only twelve separate firms (firm per specialized area). Multiple firms may be qualified per category. Proposers are not precluded from including sub-consultants as part of its team. Per Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted." As indicated in the last part of the above cited language, Proposers shall indicate the sections of the services the Proposer intends to sub-contract. Q42: If the City intends to select A/E Teams already put together by the Consultant, then why does the RFQ require each discipline to submit separate proposals? This would result in twelve (12) original proposals and one hundred and twenty (120) copies be submitted for one full AlE Team of all disciplines. A42: Please refer to the answer written for Question#7 in this Addendum. 8 Q43: Is it the City's intent to select Architecture/ Engineering Teams for this contract or to make twelve (12) separate selections of firms, one for each discipline listed on page 3 of the RFQ and require these twelve firms to work together as a team? Of course a firm could be selected for more than one discipline... A43: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. Q44: Is it possible to get a copy of the attendee list for both pre-proposal meetings or will they be posted online? A44: Copies of the sign-in sheets for both pre-proposal meetin s are attached to this Addendum. P 9 meetings If a firm was interested in pursuing Park work, which category should they submit under, "Landscape" or"Planning and Urban Design"? A45: A firm may submit under both categories. A firm designing a Park, will need to have planners/urban designers. If the firm is only interested in doing the landscaping for the Park, then they may submit under Landscape only. Q46: We will be submitting for the Civil category with subs that will be needed to carry out the task. How will our proposal be evaluated in relation to the proposal submitted by an architectural team who will have sub-consultants which may also include civil? A46: All proposals will be evaluated in accordance with the evaluation criteria stipulated in Section 0400 —Statements of Qualifications Evaluation, Page 14 of the RFQ. Q47: Tab 2 (Section 2.2- Qualifications of Proposer Team) — Do we have to provide 5 relevant projects for each of the sub-consultants on our team? A47: Section 2.2 of Tab 2 indicates: "For each architect and engineer, include information for five (5) relevant projects, performed in the last five (5) years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ." If the sub- consultant team includes architects and engineers, then Proposer shall also list five (5) relevant projects in the last five (5) years for public sector clients. Q48: Minimum Qualifications Requirements, C1 Minimum Requirements. Architects and engineers must be licensed by the Florida Department of Business and 9 Y Professional Regulation. -Landscape Architects must be certified by International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification. Are Landscape Architects are specifically required to have all three additional certifications? Typically the Florida Department of Business Landscape Architecture Professional Regulation License will suffice in lieu of these requirements. A48: The Florida Department of Business Landscape Architecture Professional Regulation License is acceptable. 9 Q49: We will be submitting for Mechanical, Electrical, and Plumbing — You stated that you all prefer that each discipline be submitted separately; When I submit my staff and firms qualifications for each discipline, how exactly to you all want that formatted? A49: Please refer to the "Clarification" provided in Page 1 of this Addendum. Also, please refer to RFQ Page 11, Section 0300—Submittal Instructions and Format. Q50: City mentioned at the second pre-proposal conference that the deadline may be pushed back — can you please tell me where I can find the answers to my questions and also see the answers to the other attendees questions? A50: This addendum contains responses to all questions received prior to the deadline for receipt of questions and clarifications. Proposer must be registered with Public Purchase to ensure receipt of this addendum. Q51: Can you tell us who will be on the selection committee? A51: This information is unknown at this moment. Q52: Page 12, Tab 1, 1.3 item d) a —it will be very difficult to obtain copies of our environmental staff's diplomas in a timely manner. Will copies of their licenses and certifications suffice? A52: Please refer to the answer provided for question#24 in this Addendum. Q53: Page 12, Tab 2, 2.1 — For each project we have to provide the "year(s) and term of engagement." What exactly are you looking for w/regards to"term of engagement"? A53: Term of engagement refers to the term (number of months or years) the firm was engaged in a particular project or assigned task. Q54: Page 12, Tab 2, 2.3 - Our accounting staff attempted to arrange for Dunn & Bradstreet to submit a SQR to you; however, the D&B site requires your "user name." Can you please provide us w/this as soon as possible? A54: The"user name" is the same as the"email address": yusbelgonzalez c(�miamibeachfl.gov Q55: Appendix C, C.2 Scope of Work Required — In addition to environmental and geotechnical services, our firm provides the following services that are listed in your scope of work: lab testing services as well as testing and inspection services. Typically the lab testing can fall under geotechnical and construction materials testing (CMT) whereas testing and inspections would fall under CMT. CMT is not listed in your RFQ. Some public entities tend to lump geotechnical and CMT together. Should we highlight these services in under geotechnical? A55: As indicated in Page 1 of this addendum, "Geotechnical" has been removed from Group B — Engineering of this RFQ. Q56: The scope also says "Any other professional services..." Our firm also offers facilities services (i.e. building envelope, roofing, waterproofing). Should we highlight this in the submittal? If so, where should we address it? Or should we just stick to the services that are under Group A& Group B? 10 A56: As indicated in Appendix C, the scope of this RFQ will include "Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants' Competitive Negotiation Act (CCNA)." Proposers may highlight in their response any other professional services that falls under Section 287.055, Florida. Proposers may list this information under Tab 3 —Approach and Methodology as indicated in Page 13 of the RFQ. Q57: Submitting separate books for each specialized area that apply to our firm will be not only be costly, but time consuming. Please consider allowing us to submit one book & distinguish the specialized area in each section with a sub tab labeled with that specialized area or simply by using a page break in our documents. A57: Please refer to the answer written for Question#7 in this Addendum. Q58: Can you please provide a list of the firms that are the incumbents for this contract? A58: The incumbents under the City's current agreement for these services are: AECOM USA, INC. HADONNE CORP ARCHITEKNICS KOBI KARP ARCHITECTS& ATKINS NORTH AMERICA, INC. LIVS ASSOCIATES AVINO&ASSOCIATES, INC. LOCKWOOD,ANDREWS& NEWMAN INC BCC ENGINEERING, INC MC HARRY& ASSOCIATES INC BEA ARCHITECTS, INC MILIAN SWAIN&ASSOCIATES BENDER&ASSOCIATES ARCHITECTS MILLER LEGG BERMELLO,AJAMIL&PARTNERS O'LEARY RICHARDS DESIGN BISCAYNE ENGINEERING COMPANY PILLAR CONSULTANTS, INC. BORRELLI&PARTNERS,INC. RED DESIGN GROUP BRINDLEY PIETERS&ASSOCIATES ROBAYNA AND ASSOCIATES, INC. BRUCE HOWARD&ASSOCIATES ROSENBERG DESIGN GROUP,INC. CALVIN,GIORDANO&ASSOCIATES SAVINO MILLER DESIGN STUDIO CASHIN ASSOCIATES PC SBLM ARCHITECTS PC CDM SMITH INC SCHWEBKE-SHISKIN&ASSOC INC CES CONSULTANTS,INC. SHULMAN&ASSOCIATES DOUGLAS WOOD&ASSOCIATES, INC TERRA CIVIL ENGINEERING E SCIENCES INCORPORATED THE RUSSELL PARTNERSHIP, INC EASTERN ENGINEERING GROUP COMP TLC ENGINEERING FOR EDSA,INC. WILLIAM LANE ARCHITECTS I FORBES ARCHITECTS ZYSCOVICH, INC. 1 Q59: Is Mechanical, Electrical, and Plumbing considered one specialized category or three separate specialized categories? A59: Mechanical, Electrical, and Plumping Engineering are considered one specialized category. Q60: Please clarify which of the bulleted items described in the Scope of Work fall under each specialized category. A60: The architectural and engineering services listed in Appendix C, Section C2. Scope of Work are only a representative list of the various services the City may utilize throughout the term of the contract. After award, when professional services are required, a proposed project will be 11 analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q61: Due to the inadvertent error with the time of the original pre-proposal meeting, several firms have a nearly a two-week advantage with information received at the original pre- proposal meeting that many did not receive until the second pre-proposal meeting. For this reason,we are requesting a time extension for the Statement of Qualifications. A61: As indicated in page 1 of this addendum, the deadline for receipt of proposals has been extended to Tuesday, December 2, 2014 at 3:00 PM. Proposers must be registered with Public Purchase to ensure receipt of all addenda. Q62: We understand that consultants are not allowed to cite City Employees as references in the proposal response for the above reference RFQ. We would like to receive clarification on this because based on Tab 2.1 and the SF-330 Section F, when showing project examples, we must list the Project Owner and Contact Person/Phone/E-mail. Please advise how we should address this section while still complying with the City's submittal requirements? A62: Please note that Proposers are not prohibited from citing City Employees as a contact in their proposal response for a particular project. Q63: The package stated we need to have 5 relevant project examples, can we have more than 5 project sheets, or only 5 is permitted? A63: Please refer to answer written for Question # 1 in this Addendum. Q64: In regard to RFQ 2014-346-YG Professional Architectural & Engineering Services, the RFQ states on page 12 that you request 5 relevant projects performed in the last 5 years. However, on the SF330 form, it allows up to 10 projects to be shown. Do you wish to have a maximum of 5 projects or can we include more on the SF330 form? A64: Please refer to answer written for Question# 1 in this Addendum. Q65: Can we submit more than 5 project examples? A65: Please refer to answer written for Question# 1 in this Addendum. Q66: Can we suggest that a single proposal be required to cover multiple specialties but still require separate proposals for either Group A or Group B. In the cover letter we could then highlight which specialties that we are referring to within the remainder of the document. Should this be acceptable, can we increase the number of projects provided to 10 to cover the wider scope? A66: Please refer to the answer written for Question#7 in this Addendum. Q67: We understand that the City may have projects related to neighborhood improvements and possibly pump stations which would require multiple disciplines. If this type of project were to fall in the civil engineering category, would we need to include mechanical and electrical personnel in our submittal as that may be required for this type of project? A67: Please refer to the answer written for Question # 19 in this Addendum. 12 Q68: Our firm and staff are fully licensed in landscape architecture and we have certified arborists on staff so we believe we are fully qualified to meet the RFQ requirements for landscape architecture services. With these qualifications, is it still necessary to include certifications from the Landscape Inspectors Association of Florida and the FNGLA in the RFQ response? These two certifications are not typical for landscape architects to have. Can those requirements be dropped or if they can't be dropped, can they be provided through a horticultural sub consultant. A68: International Society of Arboriculture Certification is acceptable. Q69: How should we document the consultants involved in the projects presented (TAB 2.1 Page 12)? (what portions of the SF 330 should be used?) A69: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2,#2.1 -Qualifications of Proposing Firm. Q70: Does Appendix E (Insurance Requirements) and F (sample contract) have to be included in the submittal? A70: No. Only the information requested under Section 0300 — Submittal Instructions and Format needs to be included in the response. Q71: Under Section 0300—Submittal Instructions and Format-TAB 2- Experience & Qualifications,we are required to submit Standard Form 330 to complete the following items: 2.1 Qualifications of Proposing Firm 2.2 Qualifications of Proposer Team Should we divide the SF330 in the following order to provide our responses? To respond item 2.1 —should we include Part I -Sections, A-C; and sections F- Example Projects; G -Key Personnel Participation in Example Projects; H - Additional Information, and Part II—General Qualifications To respond item 2.2, should we include sections D-Organizational Chart and E— Resumes of Key Personnel,to provide relevant project experience of each key staff personnel. Please clarify the proper distribution of the SF 330 Sections to provide our responses. A71: Proposers shall utilize the corresponding sections of SF3330 to document the information requested under RFQ Tab 2, #2.1 -Qualifications of Proposing Firm. Q72: Under"specialized areas: GROUP A ENGINEERING General Environmental Interior Design /Space Planning Civil" ....do you mean General Environmental and Interior...? And can we submit under Category A for just General Environmental? A72: The column titled "Group A—Architecture", has the following specialized areas: General, Interior Design/Space Planning, Landscape, Planning and Urban Design, Town Planning, Historical Preservation. The column titled "Group B — Engineering", as amended, has the following specialized areas: Environmental, Civil, Mechanical, Electrical, and Plumbing, Structural, and Land Surveying Services. Please also refer to the answer written for Question # 7 in this Addendum. 13 Q73: Is it the intent of the City that if a civil engineering task arises that requires geotechnical services, the prime firm use the services of the Geotechnical firm selected as part of this procurement? A73: Page 13 of the RFQ, Tab 3, "It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). After award, when professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. Q74: The RFQ identifies two groups (A& B)which are further broken down into 16 specialized categories (by type of service). Instructions require that respondent submit separately for each category. Our questions are as follows: a. Is the intent to award for each specialized category(minimum of 16 rewards)? b. Is the intent to award to multiple firms within a category? c. Given that each discipline must submit separately, unless providing the same specialized services, how can there be sub-consultant's under this format? A74: The City is not limited to awarding only one Proposer per specialized category. The City may award more than one Proposer per specialized category. The City will evaluate each Proposal in accordance with the evaluation criteria indicated in Page 14 of the RFQ, Section 0400. Furthermore, as indicated Page 13 of the RFQ, Tab 3, It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer(rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted Q75: Group A & B defines the 16 specialty categories. Appendix `C', section C2, identifies the types of services required. There is no correlation of services to specialties. This leaves it up to each consultant to determine which services are to be provided under the category they're submitting on. This interpretation could result in an incomplete submittal and/or gaps in services provided. Is it the intent to let the consultants determine which services should be address in the specialty they are submitting for? A75: Yes. The services identified in Appendix C, sub-section C2 lists general descriptions of services that the City may need throughout the term of the awarded contract. As indicated in Page 13, Tab 3, of the RFQ, each proposer shall submit information on how it plans to accomplish the proposed scope of services. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a P q ( ) 9 propos. �'���' ►�enis Procurement Director 14 PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 1 , 2014 15 trA MAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CNIB 305-673-7000 786-394-4073 vusbeltzonzalez(i niamibeachtl.Rov ext. 6230 RAUL S. MAsTRA?A (z.oS5 f BANEet)Jl S(o-oiao `r1Mgs)r.aPa@!ressbav` corn fee-OAPD0 Ct,_*,t lvE eZtc1/4,6-1) l NC, 4z5I- -cL c o 7 c lcicdn .Corr ITEVEP PVtiS5 gettMELL0 Air ► 3p5 960 3702 3o5-86o 374,0 aqiivie(7&befrAeliokibioid.tom NA c vy c, ca\Va 1&Q, S � (�-1r1rl i �j�'CLC1/1 ?0-) Cl 3 1 CW rnki, ils C VYNW4N1t beoevJ-1.c c v S�-�t� _�- 3as--x.45-2gcD 3as- -�t�'-a'C f-lei - 79.•6277 - G 7C t7 3 e,s-, G11. 3 c 5. G 13. mAttf. -moo v.s c k. , c -7 Q-7 3 MAVZIe bM.c ts Ct. 13640 V-•Gov j'I4Vf4/ T12- Viy,i), -k�-/4 /./ ,m -l mG 6 '( I � A BeAur Bern n Vic'• 47s9 95(f y i 7771 b - 77th Fifez ,f�� 4e4 to Z4 triearazozzt behor: cewl Dt A Da 424.141r1LrIARE. b r 3 b r ' U u' a,J Qp.I D,411--/etc .Lo 3.s1'` Z l53 n' ZS CfLpi-r-Lua)11-F5r659 amt. .( rut3-hal cA./pluacr. • J MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) EMAIL ADDRESS f / 231- _J V MEL)S; �; R- MN1EYE. (.17;7-'11(.1;C0\i c), e oAA W>_2,0° , 7 u° L SZ ° Jovv� Q. Sk-Au L . e'u+ 7.;71-1 A /7)7L- fi 5 - G 13 I 61 5) 1-7 s61 s9! 4116 156,rc. o l,ttorh em w , I or0, .I m Mon Gb - rel i I a 4'1 MIAMI BEACH CITY OF MIAMI B EAC H PRE- PROPOSAL MEETING SIGN-ITT SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAY# (PLEASE PRLVT) E-MAIL ADDRESS Yusbel Gonzalez Procurement -CMB 305-673-7000 786-394-4073 vusbeluonzalezr'arntarnibeachtl.uov ext. 6230 J C5-4 cEN re a L /A/c pos)40-54431 65os-)9lG/-s494+ J viHarec54yreaf.cam,-, exf 7362 Jac GccOT7 I1?-e S ,L ) 0 - ����l1)4 3e)Y_ " 3v- AI r .. oifo -enif//. , ,e_o (JAN C AAD s 14 WI 14E: //2.3A _ 41.01 - FtkRNA4 D jel1Pptutivieee X14.,fire . rn 32.Cot ct-L.t tii o t�1 't�- Vii C°�lC'-c r 1440-0")) C rv5 -%co au eN ‘"Si°1C,.." 4041/4‘4),u iN‘tr\stvete...PN'iasul gLe- 'P .3t,6 CccL \l ill G&-&s- 'cos645 B civic icrAld-R Si y vAULG.GC' tOWGc k• can 3■3 -D ;Z-A2.0 (P/ '( 4 6k.) ,1 <0 et�c 3v4-(Pit(-61 • A• MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET DATE: October 1, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez • Procurement-CMB 305-673-7000 786-394-4073 vusbeluonzalez.(a miamibeachtl.uov ext. 6230 6G4 644.;�,e_e r i 09 30c-G-) 40 6.,v-d3 S) duI D Ga c.tiAOLa bcc-etQ,eora c- �e P I v4 (Mpg /1eo g i RceJI 3 0c--?7 2Si 5-6e_e oc-411,6-0, Li\ y. �;�, ►����rq ,X41 l�Y��L s� ° 1 °9c141-1114/ (os Sc1-111) -dal o @ � • CO- .R 2C 6L/t. Cow Z s_5 ��3 ANT) Bckw\t Cock k 5 -k0Ab Coal . 1.X65 3cb.wal. icw,\ `loacuI 4 ( a;SiaIS M5`r C tvisfrto '" 3057-6VIZ'SNA errasolc.GA � � ���_633 ��e.,k� l01 @_—C bit fikernS\n •Ccy'1 305.2-k'T i34431 ass= 241. Sti /yam Gr-Sb�t C.,Lt C ,t e r,rc,, e v[9„ f 4+4e44 ccs MIAI\AIBEACH CITY OF M Ley-I I BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET NAME COMPANY NAME (PLEASE PRINT) E-MAIL PHONE# FAX# vj -1Ct( s As Der 141 Oftru,r_S 60s- -t Spey L.Sn r ,rs. U yv- (013)sa; c_.3 )( 4_ . ITec.j, 17 44C(4i�� 12/4-76--w,4- 0(.)6.z-s? /Fe":1s.Ni) 1-1) . MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) DATE: October 1,2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN ''AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-i'L&IL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbe1 szonzal ez(miamibeachf1.,ov ext. 6230 Ken Boyer Douglass Wood Associates Jose Lopez Schwebke-Shiskin&Associates, Inc. (954)435-7010 Sandra Castillo Milian, Swain & Associates (305) 441-0123 Stephanie Thearcl BCC Engineering (305)670-2350 Kathia Dash R.J. Heisenbottle Architects, P.A. (305)446-7799 Ileana Gonzalez Robayna& Associates (305) 823-9316 Natalie Lockwood, Andrews& Newman (305)444-6454 Tom Decker Woltberg Alvarez& Partners 305)666-5474 Victor Hen-era NV5 (954)495-2112 Douglass Man CB&1 561.361.3148 MI E NIA B AC H CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRINT) PHONE# FA X# E-MAIL ADDRESS Marne Bennetham Jennifer Creed GOE Associates Daniel Goodman DEA Architects Sherry Miller Legg (305) 599-6381 Cathy O'Leary O'Leary Richards Design Associates (305) 596-6628 Stephanie Marlin Engineering . (305)477-7575 Antonio Garate ALVAREZ-D[AZ &VILLALON 786.497.1906 Jake Ozyman Haks Engineers, Architects and Land (212) 747-1997 Surveyors, P.C. Michael EAC Consulting (305) 265-5400 Shawn Stanley Consultants 786.762.41 15 Mark URS Corporation (305) 262-7466 I � PRE-PROPOSAL MEEETING SIGN-IN SHEET OCTOBER 13, 2014 16 r- ' MIAMIBEACH CITY OF MIAMI B EAC H PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13,2014 TITLE: RFQ 2014-346-YG-PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRLNT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 vusbel!zonzaiezi imiamiheachrl.aov ext. 6230 b A,A1 i mod- (7--1 /%4,f rZk Tl Nei(.) 1-I EA( ,rCa/VI - -� 1- �, _ ~ 5 -,f 1 2 4Z4 C_C cl 1 _ ��;UINJ0gz_EZC-3U,,,,,,;Ei?SilL E>`�,IN3E. zi&R.7tn,.9 E,,,7--.; -, icy _ . r a E,"!`�'�G�� �c,, Z4-cIJ � ' , .- B 5 t.q%/AIL &w7,,,,,r«;P 146 c0 . 3 Z C 7( 64r,• t71/ �.fl, Aq,efq k_( J ( s) ms--_ t�. En1E--,_r /Mk . &fr 0'3-' 9/'/ A.L-Cci Qc,$) . `.k v -Tom.-c—<s'J �c ~a 15z._,�,. ,�L G t�►�i Et fir k(OJ c IVt, Strata- USN KR,C C-4 .010,t DOW °1-3`11 '101( -3q-(1'\ ll 12 U'.�cI- � 305+0-24a) brook-. fie tick NA �•Cowl --Acr---aci- P\-- 0 . = .-Aift. si.5(1----7 - '223 46-\. 0 �• MIAMIBEACH CITY OF MIAMI BEACH PR.E- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES N SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME .COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement.- CRIB 305-673-7000 786-394-4073 ext. 6230 vusbelnonzalez ..miaribeach11.nsw GM4 Ciry ZAA■51/6X. //ZA c c 41,94e-k 65'4s' arvllS — C ►p 305- 73 Cp►�G pAct vi a cervtq 4 vt! Ci1 0 V -1(3-7 I 1/fl vtL 5 77-L e11.911wrl v J�l 30 5 - 73er,ndeZ- ess4. Le tnvdc7 � c-�� •cow u� 4 s� 5 j),c'kwan 140i gar e huh C Uv\aI ,n�ov��t� 3.5 �-�s Ali ube.-4-v, V\1\41COD 1 ewve..ai n ktAi iMd'icf.ysv 1°t1) MIAMIBEACH CITY OF MIAMI BEACH PRE- PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) DATE: October 13, 2014 TITLE: RFQ 2014-346-YG—PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" NAME COMPANY NAME PHONE# FAX# (PLEASE PRINT) E-MAIL ADDRESS Yusbel Gonzalez Procurement-CMB 305-673-7000 786-394-4073 • vusbelv,onzalez miamibeacht1.Rov ext. 6230 �i Lance Olsen Innovtec 352-459-1974 lanceainnovtec.com James Kahn Keith and Schnars, PA 954-776-1616 jkahn akstla.com Sharman Ciddi EAC Consulting 305-264-2557 Torn Brzezinski WadeTrim 813-882-4373 tbrzezinkski(vadetrim.com Jenny Alonso T.Y. Lin International 305-567-1888 Ext. 4034 Jennv.alonso�itvlin.com Staci L. Bolinger Dunkelberger Engineering&Testing 561-494-7006 slbol ingerterracon.com William Craven Pure Technologies 407-408-7631 William.craven a,puretechltd.com. Jennifer Priem GLE Associates 813-241-8360 jpriem @gleassociates.com Judith A. Kemp Brindley Pieters & Associates 407-830-8700 jkemp(bpa-enu.ineers.com Helmut J. Mueller Mueller& Associates, LLC 305-600-9070 muellerandassociates @mai1.com MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING (ADDITIONAL) SIGN-IN SHEET (PARTICIPANTS ON THE PHONE) NAME COMPANY NAME (PLEASE PRIrT) PHONE# FA\# E-MAIL ADDRESS Ilker Uzun CPH Corp 305-274-4305 iuzun c'cphcopr.com Brenda Kimley-Horn 407-898-1511 Iraldy Martin LEVS Associates 305-443-2933 imartin @livs.net Nadia E-Sciences (786) 517-2632 Rothie Franko OCI Associates (561)688-6575 Steve Pines Bermello Ajamil & Partners (305) 859-2050 Dina CSA Group (305)461-5484 Eric Propes EDSA 954.524.3330 Jose Lopez Schwebke-Shiskin&Associates, Inc. (954)435-7010 MIAMI BEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 6 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") NOVEMBER 12, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M., ON TUESDAY, NOVEMBER 25, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. Any question_s regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov - Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director Page 1 of 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Micmi Beach,Florida 33139,www.rniamibecchfl.Goy DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fcx: 786-394-4002 ADDENDUM NO. 5 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" (the"RFQ") OCTOBER 31, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended UNTIL 3:00 P.M.. ON TUESDAY, NOVEMBER 18, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN ANSWERS TO THE QUESTIONS RECEIVED. • Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 ` YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. • ceel , i 41IPV'�-rt`D-ns °rocurement Director • Page 1 of 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") OCTOBER 17, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. DEADLINE FOR RECEIPT OF QUESTIONS. The deadline for receipt of questions for this RFQ was October 14, 2014 at 5:00 PM. No more further questions will be allowed. 2. RFQ DUE DATE AND TIME. The deadline for the receipt of proposals is extended until 3:00 p.m., on Monday, November 3, 2014, at the following location. Miami Beach City Hall Procurement Department 1700 Convention Center Drive, 31'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A forthcoming addendum will contain answers to the questions received. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, Alex Denis Procurement Director Page 1 of 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") OCTOBER 7,2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. 1. RFQ SOLICITATION DOCUMENT. It has been brought to our attention that some proposers are receiving an error message when attempting to download the RFQ solicitation document. Via this Addendum, the RFQ solicitation document has been re-loaded to the solicitation page in www.publicpurchase.com. No changes have been made to the RFQ solicitation document since it was initially published on September 18, 2014. 2. ADDITIONAL PRE-PROPOSAL CONFERENCE. Due to an inadvertent error with the time indicated for the pre-proposal conference held on October 1, 2014, an additional pre-proposal conference has been scheduled for the date, time, and location indicated below. Proposers that attended the pre- proposal conference held on October 1, 2014 are not required to attend this second pre-proposal conference. Date: October 13, 2014 at 2:00 PM Location: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete • and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Sincerely, 1- Alex Denis Procurement Director Page 1 of 1 MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov DEPARTMENT OF PROCUREMENT MANAGEMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR QUALIFICATIONS NO. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" (the"RFQ") SEPTEMBER 30, 2014 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only. CLARIFICATION# 1: The RFQ solicitation file published on September 18, 2014 was corrupt. As such, many proposers were unable to download the RFQ document. On September 19, 2014, at approximately 8:25 AM, an updated RFQ was uploaded to the solicitation page in Public Purchase, which created "Addendum No. 1" in Public Purchase. CLARIFICATION#2: Although indicated in the RFQ solicitation document, the pre-proposal conference date, time, and location was inadvertently left out from the solicitation page in Public Purchase. This information has now been added. As a reminder to all proposers, the pre-proposal conference will take place on October 1, 2014 at 10:00 AM at the following location: City of Miami Beach City Hall -4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado @miamibeachfl.gov. Procurement Contact: Telephone: Email: Yusbel Gonzalez 305-673-7000, ext. 6230 YusbelGonzalez @miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete RFP No. 10-08/09 Building Development Process Fee Study Addendum#1 10/1/2014 Page 1 of 1 2 I Miami Beach RFQ 2014-346-SR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN°AS-NEEDED-BASIS' and return the ''Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposa Since!e G' 1, Ida", ens Procurement Director I r REQUEST FOR QUALtFICATIONS ( RFQ PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" RFQ 2014-346-YG RFQ ISSUANCE DATE: SEPTEMBER 19, 2014 STATEMENTS OF QUALIFICATIONS DUE: OCTOBER 23, 2014 @ 3:00 PM ISSUED BY: YUSBEL GONZALEZ, CPPB S , MIAMIBEACH Alex Denis, Director DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive, Miami Beach, FL 33139 305.673.74901 adenis @miamibeachfl.gov www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 11 0400 EVALUATION PROCESS 13 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 29 APPENDIX E INSURANCE REQUIREMENTS 31 APPENDIX F SAMPLE CONTRACT 33 RFQ 2014-346-YG 2 iVdAMIBEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL.This Request for Qualifications(RFQ) is issued by the City of Miami Beach, Florida(the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and PP P � P are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s)(the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City of Miami Beach is accepting qualifications for Architectural and Engineering Services in various professional categories on an"as-needed basis. Each proposed contract shall be for a three(3) year contract term, with two(2)one year renewal options at the City's option. It is the intent of the Administration to use the RFQ process to select firms who are qualified to provide services in each of the categories of professional specialization. When professional services are required, a proposed project will be analyzed in terms of the predominant professional specialty required, and a firm will be selected from the appropriate specialization list. In'accordance with Section 287.055, Florida Statutes, known as the"Consultants' Competitive Negotiation Act", the • City may enter into a "continuing contract" for professional architectural and engineering services for projects in which construction costs do not exceed$2 Million or for study activities for which the fee does not exceed$200,000. The City may request, accept, and consider proposals for the compensation to be paid under the contract only during competitive negotiations, which will take place after the selection of the firms deemed to be the most qualified to perform the required services. If the City is not able to negotiate a mutually satisfactory compensation schedule with the top-ranked firms which is determined to be fair, competitive and reasonable, additional firms in the order of their competence and qualifications may be selected, and negotiations may continue until an agreement is reached. The RFQ seeks proposals from firms with strong qualifications in the following specialized areas: GROUP A—ARCHITECTURE GROUP B—ENGINEERING General Environmental Interior Design!Space Planning Civil Landscape Geotechnical Planning and Urban Design Mechanical, Electrical, and Plumbing Town Planning Structural Historical Preservation Land Surveying Services RFQ 2014-346-YG 3 MIMA BEACH The price and terms for the contracts will be negotiated after City Commission approves authorization to negotiate. Under these Agreements, study activities are quoted as a lump sum based on the estimated hours to complete the project. Detailed hourly rates will be negotiated for all personnel classifications for the firms. It is the intent of this RFQ to evaluate and recommend award for each specialized category based on specific category qualifications. Firm's proposal shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B— Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes,Consultants Competitive Negotiations Act (CCNA). 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued September 19,2014 Pre-Submittal Meeting October 1, 2014 @ 10:00 AM Deadline for Receipt of Questions October 14, 2014 @ 5:00 PM Responses Due October 23,2014 @ 3:00 PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing, with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado @miamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than seven (7)calendar days prior to the date Statement of Qualifications are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an addendum. Procurement Contact: Telephone: Email: Yusbel Gonzalez,CPPB 305.673.7000 Ext.6230 yusbelgonzalez @miamibeachfl.gov RFQ 2014-346-.R 4 MIAMI BEACH 5. PRE-STATEMENTS OF QUALIFICATIONS MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s)may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Solicitation Timeline above at the following address: City of Miami Beach City Hall-4th Floor City Manager's Large Conference Room 1700 Convention Center Drive Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-STATEMENTS OF QUALIFICATIONS INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre-submittal meeting or site visit(s). Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. 7. CONE OF SILENCE. Pursuant to Section 2-486 of the City Code, all procurement solicitations once advertised and until an award recommendation has been forwarded to the City Commission by the City Manager are under the "Cone of Silence."The Cone of Silence ordinance is available at: http://library.municode.com/index.aspx?clienttD=13097&statelD=9&statename=Florida Any communication or inquiry in reference to this solicitation with any City employee or City official is strictly prohibited with the of exception communications with the Procurement Director, or his/her administrative staff responsible for administering the procurement process for this solicitation providing said communication is limited to matters of process or procedure regarding the solicitation. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado @miamibeachfl.gov. 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http://web.miamibeachfl.qov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES ................. CITY CODE SECTION 2-488 F 014R 5 MIAMI BEACH • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • LOCAL PREFERENCE FOR MIAMI BEACH-BASED VENDORS CITY CODE SECTION 2-372 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. POSTPONEMENT OF DUE DATE FOR RECEIPT OF QUALIFICATIONS. The City reserves the right to postpone the deadline for submittal of Statement of Qualifications and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 10. PROTESTS. Protests concerning the specifications, requirements, and/or terms; or protests after the proposal due date in accordance with City Code Section 2-371, which establishes procedures for protested proposals and proposed awards. Protests not submitted in a timely manner pursuant to the requirements of City Code Section 2- 371 shall be barred. 11. MIAMI BEACH-BASED VENDORS PREFERENCE. Pursuant to City of Miami Beach Ordinance No.2011-3747, a five(5)point preference will be given to a responsive and responsible Miami Beach-based proposer. 12. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City of Miami Beach Ordinance No. 2011- 3748, the City shall give a five (5) point preference to a responsive and responsible proposer which is a small business concern owned and controlled by a veteran(s)or which is a service-disabled veteran business enterprise. 13. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Statement of Qualifications, will be considered by the City Manager who may recommend to the City Commission the proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all Statement of Qualifications. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (1)The ability,capacity and skill of the proposer to perform the contract. (2)Whether the proposer can perform the contract within the time specified, without delay or interference. (3)The character,integrity, reputation,judgment,experience and efficiency of the proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposer (s) which it deems to be in the best interest of the City, or it may also reject all Statement of Qualifications. Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including cost of services. 14.ACCEPTANCE OR REJECTION OF RESPONSES. The City reserves the right to reject any or all Statement of Qualifications prior to award. Reasonable efforts will be made to either award the Contract or reject all Statement of Qualifications within one-hundred twenty (120) calendar days after Statement of Qualifications opening date. A proposer may not withdraw its Statement of Qualifications unilaterally before the expiration of one hundred and RFQ 2014-346-SR 6 MIAMI BEACH twenty(120)calendar days from the date of Statement of Qualifications opening. 15. PROPOSER'S RESPONSIBILITY. Before submitting a Statement of Qualifications, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 16. COSTS INCURRED BY RESPONDENTS. All expenses involved with the preparation and submission of Statement of Qualifications,or any work performed in connection therewith, shall be the sole responsibility(and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 17. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposals hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer , nor the Proposer 's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 18. TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 19. MISTAKES. Proposals are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Statement of Qualifications being non-responsive. 20. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 21. PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 22. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or =Ts4144467SR 7 MIAMI BEACH services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the proposer,or its officers, employees, contractors,and/or agents,for failure to comply with applicable laws. 23. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 24. ANTI-DISCRIMINATION. The proposer certifies that he/she is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race,color, religion,sex or national origin. 25. DEMONSTRATION OF COMPETENCY. A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Statement of Qualifications will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposals must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical,and other qualifications and abilities of a proposer, including past performance (experience), in making an award that is in the best interest of the City. F.The City may require proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 26. ASSIGNMENT. The successful proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 27. LAWS, PERMITS AND REGULATIONS. The proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 28. OPTIONAL CONTRACT USAGE.When the successful proposer(s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 29. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 30. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then RFC 2. 4-346-SR • 8 /V\IMAiBEACH B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The proposer's proposal in response to the solicitation. 31. INDEMNIFICATION. The contractor shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The contractor expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 32. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 33. FLORIDA PUBLIC RECORDS LAW. Proposals are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 34. MODIFICATIONIWITHDRAWALS OF QUALIFICATIONS. A Proposer may submit a modified Statement of Qualifications to replace all or any portion of a previously submitted Statement of Qualifications up until the Statement of Qualifications due date and time. Modifications received after the Statement of Qualifications due date and time will not be considered. Statement of Qualifications shall be irrevocable until contract award unless withdrawn in writing prior to the Statement of Qualifications due date, or after expiration of 120 calendar days from the opening of Statement of Qualifications without a contract award. Letters of withdrawal received after the Statement of Qualifications due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. RFQ 2014-346-SR 9 MIAMI BEACH 35. EXCEPTIONS TO RFQ. Proposals must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any,alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Statement of Qualifications. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 36.ACCEPTANCE OF GIFTS, FAVORS, SERVICES.Proposals shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Statement of Qualifications. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. RFQ 2614-346-SR 10 IAMIBEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically,either through email or facsimile, are not acceptable and will be rejected. 2. LATE PROPOSALS. Statements of Qualifications are to be received on or before the due date established herein for the receipt of proposals. Any proposal received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened.The City does not accept responsibility for any delays,natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. Proposals shall clearly indicate if qualifications are being sought under Group A — Architecture and/or Group B— Engineering. Furthermore, firms are required to submit separate proposals for each specialized category under the respective group for which they seek qualifications. Example: a firm which provides landscape architecture and interior design/space planning, shall respond under Group A — Architecture and shall submit two (2) proposals under said group; a proposal seeking qualifications under landscape architecture and a proposal seeking qualifications under interior design/space planning. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer, Proposer Primary Contact, Qualification Group (A and/or B), area of specialization, a summary of the Proposer's qualifications, experience, and services to be provided. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications. a) For each architect and engineer, provide copies of all applicable licenses and certifications. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. b) For Landscape Architects,provide copies of the following certifications: a. International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification c) For Planning, Urban,and Historical Preservation Architects,provide copies of the following certifications or memberships: a. LEED, ULI,AICP,APA. RFQ 2014-346-YG 11 MIAMI BEACH d) Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting,and Contamination Assessment,provide copies of the following: a. Staffs accredited college diploma or Bachelor's degree in Environmental Sciences or related field. TAB 2 Experience&Qualifications PROPOSERS MAY SUBMIT THE BELOW REQUESTED INFORMATION UTILIZING THE ENCLOSED STANDARD FORM 330—ARCHITECT-ENGINEER QUALIFICATIONS(ATTACHED). 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services as identified in this solicitation, including experience in providing scope of services to public sector agencies. Proposer must submit five(5) relevant projects, performed in the last five (5) years as evidence of experience; the following is required: project description, agency name, agency contact,contact telephone&email,and year(s)and term of engagement. 2.2 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. For each architect and engineer, include information for five (5) relevant projects, performed in the last five(5) years for public sector clients. Relevant projects shall include those projects similar in scope to those services listed in this RFQ. 2.3 Financial Capacity. Each proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SuppiierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. RFQ 2014-346-SR 12 MIAMI BEACH TAB 3 -_ Approach and Methodology For the scope of services outlined in Tab 3, Scope of Services, submit detailed information on the approach and methodology, how Proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. It is the objective of the City that the majority of the services defined herein be performed directly by the Proposer (rather than through sub-consultants). To evaluate compliance with this objective, proposers shall explain how they plan to accomplish this, denoting which sections of the scope shall be performed directly by the Firm (with its own forces) and which sections are intended to be subcontracted. Also, provide information on Proposer's current workload and how the potential project(s) will fit into Proposer's workload. Describe available facilities, technological capabilities and other available resources you offer for the potential project(s). Lastly, submit verifiable evidence of Proposer's intent to utilize Disadvantaged Business Enterprise (DBE) Firms. Accepted DBE certifications include the Small Business Administration (SBA), State of Florida, or Miami-Dade County. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFC 2014-346-SR 13 AA AAA( BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. 2. Step 1 Evaluation. Proposals will be categorized into the discipline areas noted in section 0200.2(Groups A & B) prior to evaluation by the committee in order that proposals may be evaluated by category against other proposers in that category.The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement, An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may: • review and score all Statement of Qualifications received, with or without conducting interview sessions;or • review all Statement of Qualifications received and short-list one or more Proposer to be further considered during subsequent interview session(s)(using the same criteria). Step 1 Qualitative Criteria Maximam Points Proposing Firm — Experience and Qualifications, including Financial 40 Capability Proposing Team (Architects and Engineers) — Experience and 40 Qualifications Approach and Methodology, including Self-Performance of Work and 15 utilization of Disadvantaged Business Ente arise DBE firms. TOTAL AVAILABLE STEP 1 POINTS 95 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 The volume of work previously awarded to each firm by the City 5 within the last three 3)years.See Section 4 below. TOTAL AVAILABLE STEP 2 POINTS 10 4. Volume of Work Points: Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 $250,000.01 —$2,000,000 3 Greater than$2,000,000 0 RFQ 2014-346-YG 14 M I At\A I BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 - . Member a Rank. • . . 1 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank - 1 2 : 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 ..Member 2:. - Rank V -.. . 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 *Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission,which may be different than final ranking results. RFQ 2014-346-SR 15 APPENDIX A MIAMI I'IE:A: tH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact Tel: Email: Yusbel Gonzalez 305.673.7000, Ext.6230 usbel.onzalez• miamibeachfl.•ov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: No of Employees: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to: any firm or principal information,applicable licensure,resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2014 346 YG 6 Appendix A— Page 1 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse,parent,sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s)of any officer,director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 5. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/.•6. • ' P. .- - -"- - ''1 - - "•.••• ' - • ---- -• ---- •. . . -- - . - • • - - '••:, • - RFQ 2014-346 YG Appendix A— Page 2 • •_ -- . -e. _ - • . .•. . ••• -e. 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. 8. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Statement of Qualifications,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,supplier, subcontractor, or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document,proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. RFQ 2014-346-YG Appendix A— Page 3 9. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2014-346-YG Appendix A— Page 4 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest.In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto,such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2014-346-YG Appendix A - Page 5 PROPOSER CERTIFICATION I hereby certify that: I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Re'uirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2014-346-YG Appendix A— Page 6 APPENDIX B 14\ A A ilk\ A pAc H if ® Bid " RFQ N 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Noe: If important for those vendors who have received notification of this solicitatkm but have decided not to respond, to complete and submit the attached "statement of No Bid," The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of Na Bid" may result in not being notified future satcitations by the City. Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal Insufficient time to respond Specifications unclear or too restrictive ,_Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements Do not offer this product/service _OTHER. (Please specify) We do do not want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Yusbel Gonzalez STATEMENTS OF QUALIFICATIONS #2014-346-YG 1700 Convention Center Drive MIAMI BEACH, FL 33139 RFQ 2014-346-YG Appendix B — Page 1 APPENDIX C MIAMI LEACH Minimum Requirements & Specifications RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 Cl.MINIMUM REQUIREMENTS: The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall clearly indicate if qualifications are being sought under Group A—Architecture and/or Group B— Engineering. Proposer shall submit detailed verifiable information affirmatively documenting compliance with each minimum requirement. Proposals that fail to comply with minimum requirements will be deemed non-responsive and will not be considered. • Proposer must have a minimum of five (5) years' experience and successfully completed at least five(5)projects for public sector agencies. • Architects and Engineers must have a minimum of five (5) years' experience and successfully completed at least five (5) projects in their designated professional specialization for public sector agencies. • Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation. o Landscape Architects must be certified by International Society of Arboriculture Certification, Landscape Inspectors Association of Florida Certification, FNGLA Certification. o Planning, Urban, and Historical Preservation Architects certified or members of LEED, ULI,AICP,APA is preferred. o Environmental Engineering firms providing General Environmental Services, Environmental and Coastal Permitting, and Contamination Assessment, must have staffs with accredited college diploma or Bachelor's degree in Environmental Sciences or related field. This RFQ is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act(CCNA). C2. SCOPE OF WORK REQUIRED. It is the intent of the City of Miami Beach to select several firms which will be contacted on an "as- needed basis" during the term of the contract. This contract will include, but not be limited to the following architectural or engineering services: Description • Acoustics, Noise Abatement • Air Pollution Control • Auditoriums and Theaters • Automation; Controls; Instrumentation • Boundary Survey • Bridges • Codes; Standards; Ordinances • Coastal Engineering(Seawall Design and Repair) • Coastal Surveys • Communications Systems;TV; Microwave RFQ 2014-346-YG Appendix C • Construction Management • Cost Estimating • Dune Planting and Management • Energy Conservation; New Energy Sources • General Environmental Services: o Environmental Assessments o Air and Water quality testing and monitoring o Environmental sustainability planning services o Environmental support services to achieve and maintain regulatory compliance • Environmental and Coastal Permitting: o Prepare and submit applications for and lead agency coordination in obtaining environmental and coastal permits; and, o Prepare supporting documentation required for environmental and coastal permits including but not limited to biological reports, flora and fauna surveys, and other environmental assessments. o Work with Federal, State, County, and other local environmental permitting agencies, including but not limited to the U.S. Army Corps of Engineers, the South Florida Water Management District, the Florida Department of Environmental Protection, and Miami-Dade County's Division of Environmental Resources Management. • Contamination Assessment: o Environmental Site Assessments o Oversee and coordinate remediation project o Preparation of sampling and remediation plans and other related documents o Other associated tasks related to regulatory compliance o Work on contamination projects in South Florida • Fire Protection • Garages;Vehicle Maintenance Facilities;Parking Decks • Heating; Ventilating; Air Conditioning • Highways; Streets;Airfield Paving; Parking Lots • Interior Design;Space Planning • Irrigation; Drainage • Lab Testing Services • Landscape Architecture • Lighting (Interior, Display, Theater, etc.) • Lighting(Exterior, Streets,Memorials,Athletic Fields, etc.) • Planning (Community, Regional,Area-wide and State) • Plumbing and Piping Design • Recreation Facilities(Parks, Marinas,etc.) • Rehabilitation(Buildings, Structures, Facilities,etc.) • Right-of-Way Survey • Safety Engineering;Accident Studies; OSHA Studies • Security Systems; Intruder&Smoke Detection • Sewage Collection, Treatment and Disposal • Soils&Geologic Studies; Foundations • Storage Tank Repair and Monitoring • Structural Design; Special Structures RFQ 2014-346-YG Appendix C • Surveying, Mapping, GIS, and other services: O High Definition Services(HDS) O Light Detection and Ranging (LIDAR) o Global Navigation Satellite Systems(GNSS) o Ground Penetration Radar(GPR) o Subsurface Utility Engineering(SUE)and Underground Utility Services o These specialized services may be utilized for surveys to include but not limited to Specific or Special Purpose, Topographic (surveys for engineering design), As- Built/Record, Boundary, Condominium, Construction Layout, Control, Hydrographic, Mean High Water, Quantity, Submerged/Filled Lands as well as GIS feature creation • Control and Data Services: o Establishing vertical and horizontal control o Researching and utilizing record documents for right-of-ways etc. Locations of all improvements, features as required in the City of Miami Beach Public Works Department Manual and/or as designated for a specific project. All field data is to be collected in digital form Point Clouds (Text XYZ Coordinate files, etc.)with horizontal and vertical control points identified and recorded in field books. The digital data shall be post processed and delivered to the City as specified herein. Survey control for Vertical Control shall be referenced to the North American Vertical Datum of 1988 (NAVD1988) and the Horizontal Control shall be referenced to Florida State Plane Coordinates, East Zone, North American Datum of 1983/1990 (NAD83190) supplemented with digital data files including but not limited to processed HDS and LiDAR Point Clouds with Photographics, ESRI File Geodatabases, ESRI Shapefiles (.SHP), and .DWG format drawings of the Surveys, Maps, GIS Data Sets etc. • Platting; Mapping;Flood Plain Studies • Swimming Pools • Storm Water Handling&Facilities • Testing &Inspection Services • Topo Survey • Urban Renewals; Community Development • Value Analysis; Life-Cycling Costing • Water Supply,Treatment and Distribution • Zoning;Land Use Studies • Any other professional service pursuant to Section 287.055, Florida Statutes, commonly known as the Consultants'Competitive Negotiation Act(CCNA). The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach DSM and Florida Status(particularly surveys). The selected firms will be responsible for obtaining all State, Federal and local permits and approvals necessary for the construction of all projects, and may be required to provide consulting services to the City on various matters which do not result in drawings or specifications. RFQ 2014-346-YG Appendix C APPENDIX D R A A i A A r '‘\Pi rA i I DrtA, Special Conditions RFQ No. 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 1700 Convention Center Drive Miami Beach, Florida 33139 RFQ 2014-346-YG Appendix C 1. TERM OF CONTRACT. Three(3)years. 2. OPTIONS TO RENEW. Two (2) additional one (1)year options 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10.WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. RFQ 2014-346-YG Appendix D— Page 1 APPENDIX E MIAMI Insurance Requirements RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" DEPARTMENT OF PROCUREMENT 700 Convention Center Drive Miami Bea<h, Florida 33139 INvAlkix Ainr p INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. City of Miami Beach must be shown as an additional insured with respect to this coverage. XXX 3. Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. XXX 4. Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 —Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating "A"as to management and"Class V"as to financial strength or better, latest edition. XXX 9. The certificate must state the proposal number and title. The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject e Y Y pY J to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. A waiver of subrogation in favor of the City must be included for the policies required above. The insurance coverage required shall include those classifications, as listed in standard liability insurance manuals, which most nearly reflect the operations of the vendor. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE 3rd FLOOR MIAMI BEACH, FL 33139 -� %.:mss - „�„. f-�z- '.e� G' 2 '�'" ':: rc,' .:G:✓ =..k.. 4'.:.. "... ,.-- X°_y,.,.. ,_ a .v.. '.:.a; -; RFQ 2014-346-YG Appendix E — Page 1 APPENDIX F MIA/V\ 1 ,1E4 C : Sample Contract RFQ No. 201 4-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS " DEPARTMENT OF PROCUREMENT 700 Convention Center Drive Miami Beach, Florida 33139 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE )0000000000000000000000000000000C OOOOO(XX0UCXXX Resolution No. TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1 DEFINITIONS 2 ARTICLE 2. BASIC SERVICES 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 17 ARTICLE 6. REIMBURSABLE EXPENSES 18 ARTICLE 7. COMPENSATION FOR SERVICES 19 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 25 ARTICLE 14. LIMITATION OF LIABILITY 26 ARTICLE 15. NOTICE 26 ARTICLE 16. MISCELLANEOUS PROVISIONS 27 SCHEDULES: SCHEDULE A SCOPE OF SERVICES 33 SCHEDULE B CONSULTANT COMPENSATION 34 SCHEDULE C HOURLY BILLING RATE 35 SCHEDULE D CONSTRUCTION COST BUDGET 36 SCHEDULE E PROJECT SCHEDULE 37 SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT 38 SCHEDULE G INSURANCE AND SWORN AFFIDAVITS 39 SCHEDULE H BEST VALUE AMENDMENT 40 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND XXX X FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING(A/E) SERVICES FOR THE This Agreement made and entered into this day of , 20XX, by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and XXXXXXXXXXXMXXXXXXXXXXXXXXX, a Florida X:0000000 00( having its principal office at XX)UUCXX)(XXXXXXXXXXXXXXXXX)O(X(hereinafter referred to as Consultant). WITNESSETH: WHEREAS, the City intends to undertake a project within the City of Miami Beach, which is more particularly described in the Scope of Services attached as Schedule "A" hereto, and wishes to engage the Consultant to provide specific professional services including, without limitation, NE services, for the Project, at the agreed fees set forth in this Agreement; and WHEREAS, the Consultant desires to contract with the City for performance of the aforestated professional services relative to the Project, as hereinafter set forth; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. 1.2 CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. 1.3 CITY MANAGER: The "City Manager"er" shall mean the chief administrative officer of the City. The City Manager shall be construed to include any duly authorized representatives designated in writing (including the Project Coordinator) with respect to any specific matter(s) concerning the Services and/or this Agreement(exclusive of those authorizations reserved to the City Commission or regulatory or administrative bodies having jurisdiction over any matter(s) related to the Project, the Services, and/or this Agreement). 1.4 PROPOSAL DOCUMENTS: "Proposal Documents" shall mean Request for XXXXXXXXXXXXX No. XXXXX10000CX, entitled "XX)000)000000( ))000000XX)UCXXXX" issued by the City in contemplation of this Agreement, together with all amendments thereto (if any), and the Consultant's proposal in response thereto (Proposal), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. 1.5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the architect/engineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, sub-consultants, agents, and any other person or entity acting under the supervision, direction, or control of Consultant. Any sub- consultants retained by Consultant for the Project shall be subject to the prior written approval of the City Manager. Consultant shall provide the Project Coordinator with copies of the contract between Consultant and any sub-consultant's. Any such contracts shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and sub-consultants. Any approval of a sub-consultant by the City shall not, in any way, shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant, from the Consultant to City. Payment of sub-consultants shall be the responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Basic Services. The quality of services and acceptability to the City of the services performed by such sub-consultants shall be the sole responsibility of Consultant. The following sub-consultants are hereby approved by the City Manager for the Project: XXXXXXXXXX • 1.6 PROJECT COORDINATOR:The "Project Coordinator" shall mean the individual designated in writing by the City Manager who shall be the City's authorized representative to coordinate, direct, and review (on behalf of the City) all matters related to the Project during the design and construction of the Project (unless expressly provided otherwise in this Agreement or the Contract Documents). 1.7 [Intentionally Omitted] 1.8 BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement (and as required to complete the Project), as further described in Article 2 and Schedule "A" hereto. In addition any Services not specifically addressed as Additional Services(as defined herein) shall be considered Basic Services. 1.9 PROJECT: The "Project" shall mean that certain City capital project that has been approved by the City Commission and is described in Schedule"A" hereto. 1.9.1 Project Cost:The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. 1.9.2 Project Scope: The "Project Scope" shall mean the description of the Project in Schedule"A" hereto. 1.10 CONSTRUCTION COST: The "Construction Cost" shall mean the sum which is the actual total cost to the City of the Work(as established in the Contract Documents, as they may be amended from time to time), including a contingency allowance for unforeseen conditions, not to exceed ten percent(10%) of the construction cost for new construction, or twenty percent(20%) of the construction cost for rehabilitation of historic buildings. For Work not constructed, the Construction Cost shall be the same as the lowest bona fide bid or competitive bid received and accepted from a responsive and responsible bidder or proposer for such Work. 1.10.1 Construction Cost Budget: The "Construction Cost Budget" shall mean the amount budgeted by the City for the Construction Cost, as set forth in Schedule "A"hereto. 1.10.2 Statement Of Probable Construction Cost: The "Statement of Probable Construction Cost" shall mean the latest approved written estimate of Construction Cost submitted by Consultant to the City, in a format approved by the Project Coordinator. For Work which bids or proposals have not been let, the Statement of Probable Construction Cost shall be the same as the Construction Cost. 1.11 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as hurricanes, tornadoes, floods, loss caused by fire and other similar unavoidable casualties; or by changes in Federal, State or local laws, ordinances, codes or regulations enacted after the date of this Agreement ; or other causes beyond the parties' control which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of the parties under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of sub-consultants/sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process SHALL NOT be considered a Force Majeure. 1 eure. If the Consultant is delayed in performing any obligation under this Agreement due to a force majeure, the Consultant shall request a time extension from the Project Coordinator within five (5) business days of said force majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless additional services are required, and approved pursuant to Article 5 hereof. 1.12 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. 1.13 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, and written amendments issued thereto), and the documents prepared by Consultant in accordance with the requirements of the Scope of Services in Schedule "A" hereto (that form the basis for which the City can receive bids for the Work included in the documents). The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the invitation to bid (ITB), instructions to bidders, bid form, bid bond, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction [General, Supplementary, and other Conditions], Divisions 0-17, Construction Documents, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 1.14 CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and with Contractor for performance of the Work covered in the Contract Documents. 1.15 CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final plans, technical specifications, drawings, documents, and diagrams prepared by the Consultant pursuant to this Agreement, which show the locations, characters, dimensions and details of the Work to be done, and which are part of the Contract Documents. 1.16 CONTRACT AMENDMENT: "Contract Amendment"shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed twenty-five thousand dollars ($25,000.00) or the City Manager if they are twenty-five thousand dollars ($25,000.00) or less (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). Even for Contract Amendments for less than twenty-five thousand ($25,000.00), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. 1.17 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, which the Consultant shall perform, at the City's option, and which have been duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 1.18 WORK: "Work" shall mean all labor, materials, tools, equipment, services, methods, procedures, etc. necessary or convenient to performance by Contractor of all duties and obligations proposed by the Contract Documents. 1.19 SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 1.20 SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, and permitting fees, etc. 1.21 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include Additive Alternates or Deductive Alternates. 1.22 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule"A" hereto. 1.23 SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services. Schedule B- Consultant Compensation. Schedule C— Consultant Hourly Billing Rate Schedule. Schedule D— Construction Cost Budget. Schedule E— Project Schedule. Schedule F— General Conditions of the Contract for Construction Schedule G— Insurance Requirements and Sworn Affidavits Schedule H— Best Value Amendment ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as required by the Contract Documents and as set forth in Schedule "A" hereto. 2.2 The Services will be commenced upon issuance of the first Notice to Proceed which shall be issued by the Project Coordinator and counter-signed by Consultant. Subsequent Notices to Proceed shall also be issued by the Project Coordinator. A separate Notice to Proceed shall be required prior to commencement of each Task (as same are set forth in Schedule "A" hereto). 2.3 As it relates to the Services and the Project, Consultant warrants and represents to City that it is knowledgeable of Federal, State, and local laws codes, rules and regulations applicable in the jurisdiction(s) in which the Project is located, including, without limitation, applicable Florida Statutes, and State of Florida codes, rules and regulations, and local (City of Miami Beach and Miami-Dade County) ordinances, codes, and rules and regulations (collectively, "Applicable Laws"). As they relate to the Services and to the Project, the Consultant agrees to comply with all such Applicable Laws,whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Coordinator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its sub-consultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.4 The Consultant warrants and represents to City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule"A" hereto). 2.5 The Consultant's Basic Services shall consist of five (5) Tasks (inclusive of planning, design, bidding/award, construction administration, and Additional Services [as may be approved]), all as further described in Schedule "A" hereto; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction (attached as Schedule"F" hereto). 2.5.1 Planning Services: Consultant shall provide planning services for the Project, as required by the Contract Documents and as set forth in Task 1 of Schedule "A" hereto (entitled "Planning Services"). 2.5.2 Design Services: Consultant shall prepare Design Documents for the Project, as required by the Contract Documents and as set forth in Task 2 of Schedule "A" hereto (entitled "Design Services") 2.5.3 Bidding And Award Services: Consultant shall provide bidding and award services for the Project, as required by the Contract Documents and as set forth in Task 3 of Schedule "A" hereto (entitled "Bidding and Award . Services"). 2.5.4 Construction Administration Services: Consultant shall provide construction administration services for the Project, as required by the Contract Documents and as set forth in Task 4 of Schedule "A" hereto (entitled "Construction Administration Services"). 2.5.5 Additional Services: If required (and so approved) by the City, Consultant shall provide Additional Services, as set forth in Task 5 of Schedule"A" hereto. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or of any of its officers, employees, sub-consultants, agents, and/or servants), for the accuracy and competency of its/their designs, working drawings, plans, technical specifications, or other technical documents, nor shall such approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in designs, working drawings, plans, technical specifications, or other technical documents; provided, however, that the Consultant shall be entitled to reasonably rely upon the accuracy and validity of written decisions and approvals furnished by the City pursuant to this Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the parties (subject to approval of the Agreement by the Mayor and City Commission) (the Effective Date), and shall be in effect until all Services are completed or until the work and/or services under the Notices to Proceed in force at the end of the stated period of time have been completed and the Services accepted, whichever may be later. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 The Services shall be performed in a manner that shall conform with the approved Project Schedule, attached to as Schedule "E" hereto. The Consultant may submit requests for an adjustment to the Project Schedule, if made necessary because of undue delays resulting from untimely review taken by the City (or other governmental authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Coordinator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Coordinator may require), the Project Coordinator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Coordinator's approval(if granted)shall be in writing. 2.7.4 Nothing in this Section 2.7 shall prevent the City from exercising its rights to terminate the Agreement, as provided elsewhere herein. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Coordinator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all work required under the Agreement (including the work performed by sub-consultants), within the specified time period and specified cost. The Consultant shall perform the work utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of the work in the State of Florida. The Consultant is responsible for, and shall represent to City that the work conforms to City's requirements, as set forth in the Agreement. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the work. In addition to all other rights and remedies, which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re- performance of any non-conforming construction services resulting from such deficient Consultant services for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, and for the period of design liability required by applicable law. The Project Coordinator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the work required under the Agreement shall be construed to relieve the Consultant (or any sub-consultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its sub- consultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its sub-consultants to comply with the terms and conditions of the Agreement or by the Consultant or any sub-consultants' misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of work by sub-consultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the sub- consultant's work. 2.9.1 The Consultant shall be responsible for deficient, defective services and any resulting deficient, defective construction services re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months(24)from final acceptance. 2.9.2 Consultant Performance Evaluation: The Consultant is advised that a performance evaluation of the work rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.10 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any work performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project Schedule. 2.11 [Intentionally Omitted] 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after issuance of the first Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be the Project Coordinator). Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee(i.e. the Project Coordinator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or his designee (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any sub- consultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or his designee (who shall be the Project Coordinator), unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require its employees and sub-consultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services do not delineate every detail and minor work task required to be performed by Consultant to complete the Project. If, during the course of performing of the Services, Consultant determines that work should be performed to complete the Project which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Scope of Services, Consultant shall promptly notify the Project Coordinator, in writing, and shall obtain the Project Coordinator's written consent before proceeding with such work. If Consultant proceeds with any such additional work without obtaining the prior written consent of the Project Coordinator, said work shall be deemed to be within the original Scope of Services, and deemed included as a Basic Service (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Coordinator shall not constitute authorization or approval by the City to perform such work. Performance of any such work by Consultant without the prior written consent of the Project Coordinator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 The City's participation in the design and construction of the Project shall in no way be deemed to relieve the Consultant of its professional duties and responsibilities under the Contract Documents or under Applicable Laws. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUB-CONSULTANTS: All services provided by sub-consultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the sub- consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the sub-consultants. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. The Consultant shall cause the names of sub-consultants responsible for significant portions of the Services to be inserted on the plans and specifications. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Coordinator, in writing, who shall be the City's authorized representative to coordinate, direct, and review all matters related to this Agreement and the Project during the design and construction of same (except unless otherwise expressly provided in this Agreement or the Contract Documents). The Project Coordinator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. However, the Project Coordinator is not authorized to issue any verbal or written orders or instructions to Consultant that would have the affect (or be interpreted as having the effect) of modifying or changing, (in any way) the following: a) the Scope of Services; b) the time within which Consultant is obligated to commence and complete the Services; or c) the amount of compensation the City is obligated or committed to pay Consultant. 3.2 The City shall make available to Consultant all information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 [Intentionally Omitted] 3.4 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its sub-consultants or vendors). 3.5 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Coordinator, shall give prompt written notice thereof to the Consultant. 3.6 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. No City administrative (proprietary) approvals and/or decisions required under this Agreement shall be unreasonably conditioned, withheld, or delayed; provided, however, that the City shall at all times have the right to approve or reject any such requests for any reasonable basis. 3.7 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.7.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.7.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.7.3 Upon written request from Consultant, the City Commission shall hear appeals from administrative decisions of the City Manager or the Project Coordinator. In such cases,the Commission's decision shall be final and binding upon all parties. 3.7.4 The City Commission shall approve or consider all Contract Amendments that exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.8 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.8.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements)and of any sub-consultants(and any replacements). 3.8.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.8.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.8.4 [Intentionally Omitted] 3.8.5 The City Manager may approve Contract Amendments which do not exceed the sum of twenty five thousand dollars ($25,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.8.6 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.8.7 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City has established the Construction Cost Budget for the Project, as set forth in Schedule"D", attached hereto. 4.2 Consultant shall certify and warrant to the City all estimates of Construction Cost prepared by Consultant. 4.3 Consultant shall warrant and represent to the City that its review and evaluation of the Construction Cost Budget, Statement of Probable Construction Cost, and any other cost estimates prepared (or otherwise provided) by Consultant for the Project, represent Consultant's best judgment as an experienced design professional familiar with the construction industry; provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 The Construction Cost Budget (as established in Schedule "D" hereto) shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force • Majeure)which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such budget is exceeded, the City Commission may, at its sole and reasonable discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.5 If the lowest and best base bid exceeds the Construction Cost Budget by more than five percent (5%), the City Commission may, at its sole option and discretion, elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many Deductive Alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget; or (5) work with the Consultant to reduce the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Construction Cost Budget. In the event the City elects to reduce the Project Scope, the Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents), and provide re-bidding services, as many times as reasonably requested by the City, at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within five percent(5%)of the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Coordinator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Coordinator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable ' through time sheets(and, for Reimbursables, expense reviews). 5.2 Additional Services may include, but not be limited to, the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement(excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 [Intentionally Omitted] 5.2.4 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.5 hereof, which shall be provided at no additional cost to City). ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses are an allowance set aside by the City and shall include actual expenditures made by the Consultant in the interest of the Project. The Reimbursable Expenses allowance, as specified in Schedule "B" hereto, belongs to, and shall be controlled by, the City. Any money not directed to be used by City for Reimbursable Expenses shall remain with the City (i.e. unused portions will not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses in excess of $500 must be authorized, in advance, in writing, by the Project Coordinator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Coordinator (along with any supporting receipts and other back-up material requested by the Project Coordinator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." 6.2 Reimbursable Expenses may include, but not be limited to, the following: 6.2.1 Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its sub-consultants, and courier, postage and handling costs between the Consultant and its sub-consultants). 6.2.2 Costs for reproduction and preparation of graphics for community workshops. 6.2.3 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Not to Exceed"fee for provision of the Services shall be XXXXXXXX, with a Reimbursable Expenses allowance of XXXXXXXX. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Coordinator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in Schedule "B" hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: During the Term of this Agreement, the City may, by written directive approved and executed by the City Manager, adjust the fees included in the Hourly Billing Rate Schedule in Schedule "C" hereto, to reflect the change in the Consumer Price Index (CPI) on a year to year basis. Such adjustment will be based on the cumulative change of the CPI for the Miami urban area, provided that in no event shall any the annual increase exceed three percent (3%). 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Coordinator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event sub-consultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Coordinator for the requested Additional Service(s)or Reimbursable Expense(s)shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses(by category). 7.7 .2 The City shall pay Consultant within forty-five (45) calendar days from receipt and approval of an acceptable invoice by the Project Coordinator. 7.7.3 Upon completion of the Services, Consultant's final payment shall require the prior written approval of the City Manager before disbursement of same. PP Y 9 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3)years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its sub-consultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Coordinator within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. g) g) 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. g) g) 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. g) g) 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. g) 9.5 The Consultant shall bind all sub-consultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Coordinator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Coordinator of the Project documents(referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Coordinator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents(for delivery to the Project Coordinator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Coordinator: (a) Professional Liability Insurance, in the amount of one million dollars ($1,000,000.00), per occurrence, with a maximum deductible of$150,000 per occurrence, $450,000 aggregate. Consultant shall notify the Project Coordinator, in writing, within thirty (30) days of any claims filed or made against its Professional Liability Insurance policy. (b) Comprehensive General Liability Insurance, in the amount of one million dollars ($1,000,000.00), Single Limit Bodily Injury and Property Damage coverage, for each occurrence, which shall include products, completed operations, and contractual liability coverage. The City of Miami Beach, Florida must be named as an additional insured on this policy. (c) Worker's Compensation and Employer's Liability coverage within the statutory limits required under Florida law. 11.2 The Consultant must give the Project Coordinator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.3 The insurance must be furnished by an insurance company rated B+:VI or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.4 Consultant shall provide the Project Coordinator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 Pursuant to Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its sub-consultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the City's Capital Improvement Projects Director (the Director). The Director's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Director, the Consultant shall present any such objections, in writing, to the City Manager. The Director and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's"not to exceed"fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount ff of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: With a copy to: Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: XXXXXXXXXXXXXX All written notices given to the Consultant from the City shall be addressed to: XXXXXXXXXXXXXXX X XX)00000XXX)UCX XXXXXXXXXXXXXXX Attn: XXXXXXXXXXX All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. ' 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act(Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by Federal, State, Miami-Dade County, and City laws, ordinances, and codes which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and sub-consultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its sub-consultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its sub-consultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 WARRANTY: The Consultant warrants that the Services furnished to the City under this Agreement shall conform to the quality expected of and usually provided by the profession in the State of Florida applicable to the design and construction of public and commercial facilities. 16.8 NON-EXCLUSIVITY: Notwithstanding any provision of this non-exclusive Agreement, the City is not precluded from retaining or utilizing any other architect, engineer, design professional or other consultant to perform any incidental Basic Services, Additional Services, or other professional services within the contract limits defined in the Agreement. The Consultant shall have no claim against the City as a result of the City electing to retain or utilize such other architect, engineer, design professional, or other consultant to perform any such incidental Services. g) 16.9 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by sub-consultants, subject to the prior written approval of the City Manager. 9) 16.10 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.11 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, sub-consultants, and other purchased services, etc., as necessary to complete said Services. 16.12 INTENT OF AGREEMENT: g) 16.12.1 The intent of the Agreement is for the Consultant to provide design services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. g) 16.12.2 This Agreement is for the benefit of the parties only and it does not grant • rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.12.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.13 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. F:lattoWGUR\AGREEMENT FORMS\A&E AGREEMENTS\A&E Agreement-NEW BOILER PLATE(Clean Version 8-2-10).doc IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR CONSULTANT: >0(XXXXXXXXXXXXX Attest Signature/Secretary Signature/President Print Name Print Name I SCHEDULE A SCOPE OF SERVICES SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $ 0.00 Design Services* $)000000( Bidding and Award Services $)0XXXXXX Construction Administration** $)0000000( Reimbursable Allowance*** $00000000( Historic Preservation Board/Design Review Board (if required) $ 0.00 Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $)0XXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Coordinator. Unused portions will not be paid to the Consultant. SCHEDULE C HOURLY BILLING RATE SCHEDULE SCHEDULE D COSTRUCTION COST BUDGET SCHEDULE E PROJECT SCHEDULE SCHEDULE F GENERAL CONDITIONS OF THE CONSTRUCTION CONTRACT SCHEDULE G INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS. SCHEDULE H BEST VALUE AMENDMENT The Consultant agrees to abide by all the required documentation of the City's Performance Information Procurement System and submit the weekly reports. ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 35 L. PROFESSIONAL Architecture (LANDSCAPE) . . [ „ : s __-----,, M 1 _ .- , .----/ , i . - ' . f--"/", ''',.-- ' l ' , 1 , ;' ----\2_1 ' , ' ; ` : / 1 ‘-. I 111 i,..A , . h , _ I , I , 1 „ , ,, .. , , , .._ '7 ‘,:Lii . L--; •-•-•• . \j(-1 \ s . i 1 • , • . - ; ;----\-,..; - ' ra 0 i _ 7,,'"--Ths\'',, /--- , -'-....; '--- , iii,,,----- „/"..-_-_.-';'• 1-.” I--'2.--s\----- \ /a 1 ! 1 ; , ■ . .,. .- ■ 1 ' • , 1, , , .____•,in ■ ; ! , , I , , • , , 1 / __, , _.] • . ,__, i___ ,-, , =_L , , _.„,„ ..__, — , Specialized Categories on an As-Needed-Bases RFQ 2 014-3 46-YG 1 PREPARED FOR • • 1 (11:1J/ t _.. t.. , doll . ....., .........■=mr rm.....- - .................. -............- --......--- __ ._ \ . __ - ,,,,,,,___ . --_, , 1 04 -• - .4 . miAmIBEAcH A .. 4110116 0! ' . ,•••' ..,-7 .. ow., ._,- .....wrill...,,I,'r'.,..,,j...,,•-•.." App'""'"";..."'" - 7-41 _.... - ' `-''r r ' --•-•'-'' ---, :2 t-_,:,,_ ::,-----"-- '-.V.4....c???.--il'" ,.-- PREPARED BY -, ' '•• ••...''.,"Z4: KimIey ) Horn _ ..... , :,,,, ,,,. ,.,-,:,- _:- ..,, , , --7.' ;441!"''-"' ..•• '''', ..1";-:44 1 t UL290026.1,.-' ' -.11.,--..•. ,e, ,. ,.-.,.1.,--E, :-1.--:.'-,-,4/ 1 ofef :ioad /1F ireCL Cyr. a �- g, -.®hi C Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Table of Contents Section Tab/Page Tab 1: Cover Letter and Minimum Qualification Requirements 1.1 Cover Letter and Table of Contents 1-1 1.2 Response Certification, Questionnaire and Requirements Affidavit(Appendix A) 1-4 1.3 Minimum Qualifications Requirements 1—1 3 itlifk l's4„ - Y Tab 2: Experience and Qualifications 2.1 Qualifications of Proposing Firm 2-1 2.2 Qualifications of Proposer Team (Architects and Engineers) 2-6 2.3 Financial Capacity 2-17 Tab 3: Approach and Methodology 3-1 s_ !--"‘,..; :,-'-::' ,_ . , - ,41/4 ,� -. L_J/i.L in 1.-- r__ _.,-,,,...„, ._.„„,„,s, i E- - 0 ' ' _._.z. '--. 9_. -- /.....21,..11_ - - 44116.,„.F.IL-, C y 7o- G t,„. Addil Page 1-1 Gimp ofession.a- Asehleetur. a$7)-, _ginee-ran0 : _2E! Services in Specialized Categories on an As-Needed-Basis RFQ 2 014-3 4 6-Y G Architecture (LANDSCAPE) 1 .1 Cover Letter December 2,2014 Kim1ey > H o r n Yusbel Gonzalez,CPPB 1700 Convention Center Drive,3rd Floor Procurement Department Miami Beach,FL 33139 RE: RFQ 2014-346-YG; Miami Beach Professional Architectural and Engineering Services in Specialized Categories on an "As-Needed-Basis"; Group A—Architecture (Landscape) Dear Ms.Gonzalez and Members of the Selection Committee: Before a City's public spaces can be considered a great aesthetic success,a community must turn to the talents of landscape architects. As the City of Miami Beach embarks on the process of selecting professionals for the design of plazas,parks,streetscapes,gateways, and other endeavors,you need a visionary consultant team with proven design experience and a collaborative approach to planning and landscape architecture.The Kimley-Horn team is excited about the opportunity to take part in these important projects,which are certain to enhance this community where we live,work,and play. Past Performance and Dedication to Our Local Communities Since its founding in 1967,Kimley-Horn has been dedicated to improving the neighborhoods in which we live and encourages employees to actively contribute to their communities.We find local public projects to be exceptionally rewarding as they allow us to see the positive effects of our work in our own communities.We take special pride in having the opportunity to successfully beautify the areas where our friends and families live and work.Because of this dedication to local work,Kimley-Hom's Miami office has been thriving for more than 20 years. We have been successfully providing services to a large number of municipalities throughout Florida,including the following communities in South Florida:Delray Beach,Boynton Beach,Boca Raton,West Palm Beach,Miramar,Hollywood,and Miami,to name a few.We are proud of the work we have done in Delray Beach on the Dr.Martin Luther King Drive Streetscape,US 1 Streetscape,and Miller Park,as well as numerous private development projects.We understand the community dynamics and staff expectations.We are committed to providing you with responsive service by professional and highly experienced staff. The Kimley-Horn team is excited about the opportunity to serve you as your landscape architecture consultant.We offer the following advantages: Collaborative Approach. To create your vision for landscapes and public spaces throughout your community,we will partner with your staff and local community stakeholders to truly understand each project's goals and objectives.Our approach to design is a collaborative one in which our design team works with you to ensure that the functional components of the project merge seamlessly with the aesthetic ones.We also recognize the significant role that community involvement and participation plays in the planning process. The Kimley-Horn team has the ability to develop and maintain excellent working relationships with diverse constituencies in the City of Miami Beach and we have considerable experience in fostering public consensus while doing our best to exceed expectations. Integrated Design Team.Our professional staff is experienced and highly qualified to provide creative and effective solutions to ensure a successful project.As project manager for this contract,I offer more than 24 years of landscape architectural and park and streetscape design experience. In addition,I specialize in leading consulting teams on complex projects requiring a truly integrated approach.Our design team includes seasoned landscape architects,certified arborists,irrigation designers,urban planners, and public involvement specialists who have all worked together for various municipalities in South Florida.We are ready to be challenged and are prepared to perform. kimley-horn.com 1221 Brickell Avenue, Suite 400, Miami, FL 33131 305 673 2025 UL290026.140_Miami Beach AE As-Needed LA.indd Page 1-2 - - , / - - \.- „i } L� : ', o ssi�.._ .,As Ar€hfte€bx. ', gneerinjGrow i ;,.:-- —._ a s L _ - ; Services in Specialized Categories on an.As-Needed-Basis. -:.,.. " RFQ 2014-346-YG Architecture Kimley>>> Horn Sustainability.The Kimley-Horn team has always placed great emphasis on the environmental,economic,and life-cycle sustainability of our projects and has made these principles a formal firm focus by establishing an internal task committee to promote our Green Initiative.Our Kimley-Horn Green Team will provide insight on innovative,environmentally sustainable design solutions,addressing key aspects of sustainability in the planning,implementation,construction,and maintenance phases of your project. Experienced Professionals While many consulting firms may claim the ability to handle high-profile projects,you need a local team with a high degree of specialty in a number of areas which our team uniquely offers.These include: High profile urban design and placemaking expertise. Our team has successfully produced high-profile,award-winning projects statewide and nationally.This is a testimony to our team's abilities in creative design,multidisciplinary collaboration,consensus building,management,and implementation.Our Palmetto Park Road and Downtown Boca Raton Pedestrian Promenade recently won the ACEC National Engineering Excellence Award and a Florida Chapter ASLA design award. Park experience. For more than 43 years,Kimley-Horn has served communities throughout Florida on a variety of parks and public spaces by providing thorough,thoughtful,and creative service.Our landscape architects have the creativity,experience,and passion needed to successfully assist the City of Miami Beach in the planning and design of beautiful,functional,community spaces that will be enjoyed by future generations. Pedestrian, bike lane, and multi-use path experience. Our expertise in planning and design for pedestrians and cyclists is recognized by our clients,especially FDOT where we provide reviews and consulting for the experienced pedestrian and bicycle coordinators for the local FDOT Districts.We have developed many bicycle plans and multi-use paths for a wide variety of clients. Streetscape/FDOT experience.Our vast experience with the local FDOT over many years has allowed us to build a strong reputation and relationships with all the FDOT sections and staff that will be making decisions on your projects.This position has served many of our CRA and municipal clients well as it provides them with an advocate who understands and has earned the respect of FDOT.This has enabled us to win FDOT support and funding to our municipal clients on a variety of projects,such as the Delray Beach CRA's complete street project on US 1 in the downtown area,where FDOT contributed more than$4 million dollars. Team Leader/Project Manager and Management Philosophy. Our team offers a seasoned,senior team leader/project manager,George Puig,PLA. I have significant experience as a skilled designer with municipal project experience throughout the South Florida,the southeast United States,Latin America,and abroad.Our philosophy is that a successful project must have a successful management plan that anticipates and identifies project risks from the outset.Developed with our client,this plan addresses such risks proactively,enabling the team to stay ahead of the curve rather than functioning in a reactionary mode. Summary.With the selection of Kimley-Horn,Miami Beach is accessing not just a landscape architecture,planning,civil and environmental engineering firm,but rather a turnkey team who can provide access to the many disciplines required to attain the long- term vision of a vibrant,tropical and historic community.We are eager to assist you in the implementation of your projects,and we sincerely appreciate this opportunity to present our qualifications to you. Very truly yours, KIMLEY-HORN .c■•.•ii. I I 1 I. George Puig,P Jay J.ckson,P. . Project Manager Senior Vice President/Principal kimley-horn.com 1221 Brickell Avenue,Suite 400, Miami, FL 33131 305 673 2025 UL290026.140_Miami Beach AE As-Needed LA.indd Page 1-3 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact: Tel: Email: Yusbel Gonzalez 305.673.7000, Ext.6230 Vusbelgonzalez(@sniamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Kim ley-Horn and Associates, Inc. No of Years in Business: 47 No of Years in Business Locally: 21 No of Employees: 2,276 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 30 I Weston Parkway CITY: Cary STATE: NC ZIP CODE: 27513 TELEPHONE NO.: (919)677-2000 TOLL FREE NO.: N/A FAX NO.:" (9 19)677-200 FIRM LOCAL ADDRESS: 1221 Brickell Avenue,Suite 400 CITY: Miami STATE: FL ZIP CODE: 33131 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: George Puig, PLA ACCOUNT REP TELEPHONE NO.: (305)673-202 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: george.puig @kimley-horn.com FEDERAL TAX IDENTIFICATION NO.: 56-0885615 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2014-346-YG Appendix A — Page 1 Page 1-4 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates Please see attached response page included after Appendix A— Page 5 (Page 1-9). 3. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non- erformance by an •ublic sector agency? YES ® NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please see attached response page included after Appendix A — Page 5 (Page 1-9). 5. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. Please see attached"Kimley-Horn and Associates Business Code of Ethics for Miami-Dade County" which is located after the"Response Page"(Page 1-10). SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 6. - ' . . ..• - - - - _ -- - ' --- - - •" • - - - • - - - . _ ' --- " {hall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012 13(October 1,2012),the hourly living rate will be$11.28/hr with health same(in a particular year). fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is 'RFQ 2014-346-YG Appendix A— Page 2 Page 1-5 to the living wage requirement. 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurementl. 8. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, Statement of Qualifications,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133, Florida Statutes,and certifies it has not been placed on convicted vendor list. RFQ 2014-346-YG Appendix A— Page 3 Page 1-6 9. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm _ R- ei.t Re ei•t Receipt Addendum 1 f Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 M„. 01 Addendum 3 . .'F�t — Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. 'RFQ 2014-346-YG Appendix A — Page 4 Page 1-7 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2014-346-YG Appendix A— Page 5 Page 1-8 Response Page #2 - Conflict of Interest No officer, director,or agent of Kimley-Horn,or their immediate family members, are also an employee of the City of Miami Beach. No City employee owns any interest in Kimley-Horn or its affiliates. #4 — Vendor Campaign Contributions Kimley-Horn and Associates, Inc. is wholly owned by Associates Groups Services, Inc.which is wholly owned by APHC, Inc. APHC, Inc. is owned by individuals that are Kimley-Horn employees, none of which own a controlling interest in the company. Neither Kimley-Horn nor its parent companies have contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Page 1-9 Kimley-Horn and Associates Business Code of Ethics for Miami-Dade County In accordance with Miami-Dade County Section 2-8.1(i) of the Miami-Dade County Code Kimley-Horn and Associates, Inc. affirms its commitment to the following Business Code of Ethics. One of the most significant factors for our business to succeed is continue to earn the respect and confidence of those we serve and work with on a daily basis. The key to retaining their respect and confidence is acting and conducting business in an ethical and professional manner. Each member of Kimley-Horn and Associates strives to adhere to the highest standards of professional conduct and business ethics. Kimley-Horn and Associates has adopted this voluntary code to describe our organizational behaviors and policies for our employees. Guidelines 1. Conduct business honestly, openly, fairly, and with integrity. 2. Comply with applicable laws, statutes, regulations and ordinances. 3. Adhere to individual professional code of ethics respective to each field of experience and professional registration. 4. Avoid known conflict of interest situations. 5. Never offer or accept illegal payments for services rendered. 6. Take appropriate corrective action against employees, consultants or contractors who act in a manner detrimental to the letter or spirit of this code. 7. Kimley-Horn will comply with all applicable governmental rules and regulations including, among others, the Miami-Dade County Conflict of Interest and Code of Ethics Ordinance and the Miami- Dade County False Claims Ordinance 8. Kimley-Horn shall comply with all applicable rules and regulations regarding Disadvantaged Business Enterprises, Black Business Enterprises , Hispanic Business Enterprises and Woman Business Enterprises (hereinafter collectively Minority Business Enterprises, MBE's) and Small Business Enterprises (CSBEs) and shall specifically prohibit the following practices: Page 1-10 (1) Pass-through Requirements. The Code shall prohibit pass-throughs whereby the prime firm requires that the MBE or CSBE firm accept payments as a MBE or CSBE and pass through those payments or a portion of those payments to another entity including, but not limited to, the owner/operator of the prime firm; (2) Rental Space Requirements, Equipment Requirements or Flat Overhead Fee Requirements. The Code shall prohibit rental space requirements, equipment requirements and/or flat overhead fee requirements, whereby the prime firm requires the MBE or CSBE firm to rent space or equipment from the prime firm or charges a flat overhead fee for the use of space, equipment, secretary, etc.; (3) Staffing Requirements. The Code shall prohibit a prime firm from mandating, as a condition to inclusion in the project, that a MBE or CSBE hire, fire, or promote certain individuals not employed by the prime firm, or utilize staff employed or previously employed by the prime firm. (4) MBE or CSBE staff utilization. The Code shall prohibit the prime firm from requiring the MBE or CSBE firm to provide more staff than is necessary and then utilizing the MBE or CSBE staff for other work to be performed by the prime firm. (5) Fraudulently creating, operating or representing MBE or CSBE. The Code shall prohibit a prime firm including, but not limited to, the owners/operators thereof from fraudulently creating, operating or representing an entity as a MBE or CSBE for purposes of qualifying for certification as a MBE or CSBE. 9. The Code shall also require that on any contract where MBE or CSBE participation is purported, the contract shall specify essential terms including, but not limited to, a specific statement regarding the percent of participation planned for MBEs or CSBEs, the timing of payments and when the work is to be performed. 10. The failure of a contractor to comply with its Code of Business Ethics may render any contract between the contractor and the County void, and subject violators to debarment from future County work pursuant to section 10-38(h)(2) of the Code of Miami-Dade County. The Inspector General shall be authorized to investigate any alleged violation by a contractor of its Code of Business Ethics. Page 1-11 PROPOSER CERTIFICATION I hereby certify that: I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Jay Jackson,P.E. Senior Vice President/Principal Signature of Propose ' Authorized••sresentative: Date: iiillP/ December 1,2014 State of FLORIDA ) On this I Srday oft CR4rBE .2011,personally appeared before ma?hy R sse, s3k1 who County of Ce tti c• ) stated that (s)he is the SQVP J P si'riod._ of+GNiky-MN , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: ifill iti. Notary Public State of Florida Charlene Kunold Notary Public for the State o Florida G . . • At My Commission FF 093962 My Commission Expires: D—€1-It or w Expires 02/19/2018 RFQ 2014-346-YG Appendix A— Page 6 • : ArchitecturatdoEngIneering group .....,....,„ 4,_ � ��_ �� 1 \, ,. _c„.., .. Architecture <I ;L,,NDSCAPFI 1 .3 Minimum Qualifications Requirements Kimley-Horn Firm Licenses STATE OF FLORIDA State of- Florida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION w BOARD OF LANDSCAPE ARCHITECTURE a,�'�..+a�❑R. uce,.se r.ueea ^,n�.�L• LCC00a21a The LANDSCAPE ARCHITECT BUSINESS ?':Y`l Board of Professional Engineers Named beiow HAS REGISTERED li}..%s2. Attests that Under the provisions of Chaster 481 FS. ExpiraSon date.NOV 30,2015 Kimlev-Hom&Associates.Inc. Fv P E KIMLEY-HORN AND ASSOCIATES INC 1 R o E 33069 I' .- •�' RALEIGH NC 278353068 - is authorized under the provisions of Section 1.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. - 110RIffltSi Expiration:2/28/2015 CA Lit.No: Audit No: 228201502592 Certificate of Authorization 696 RICK SCOTT ISSUER 1In/n013\SEO0 L1310210001450 KEN LAWSON GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY .;• . Florian D,pmoamt at Agriculture and roo.umer Sen.. ." � Dwbiw of Consumer S,nicv Li«ate No.:LB6% STATE OF FLORIDA j r 4-§ d1 herd err Ptor s...yraa am..P0.+ DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION it„..,,,.'a Eap'uation Data: rrbruary 28.-015 ►•ti- 21105 Apdachm P4.ar TcOahmeq Rvida!t19465tq BOARD OF PROFESSIONAL GEOLOGISTS � ��y-' c,cer,�e rau,aeea r;ti 613175 {>'r• The GEOLOGY BUSINESS ' Named below IS CERTIFIED �•?• tin Professional Surveyor and Mapper Business License Under the provisions of Chapter 492 FS. Under the provisions of Chapter 472•Florida Stations Expiration date:JUL 31,2016 KIM LEY-HORN AND ASSOCIATES,INC KIMLEY-HORN AND ASSOCIATES INC r: .a ES 7001 WESTON PKWY PO BOX 33068 c- CARY.NC 27513.2301 Z2Z- `r".." RALEIGH NC 27636 n ADAM H.PUTTNAM `y ‘ii` COMMISSIONER OF AGRICULTURE O-5 nr is oast,..oc peas-.u.,is.Is.,sine.s.s.amreamM,,..,ee.,:am.a..ass.by Ossta m.Redd svr..& ISSUED: 010520,5 DISPLAY AS REQUIRED BY LAW 5E00 L1007200003220 Kimley-Horn's State of State Florida De artment of State °f Florida p Department of State Certificate I certify from the records of this office that KIMLEY-HORN AND ASSOCIATES,INC.is a North Carolina corporation authorized to transact business in the State of Florida,qualified on April 24,1968. The document number of this corporation is 821359. I further certify that said corporation has paid all fees due this office through December 31,2014,that its most recent annual report/uniform business report was filed on April 22,2014,and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee.the Capital.this the Twenty-second day of April, 2014 1`- ZN :',,, ;2,,_4;:t.......1 _ ___P__tr.V_. MoD wee:- Authentication ID:CC6794125793 To authenticate this certlfkate.vblt the following site.enter thb ID.and then follow the instructions displayed. https://ef tesunbiz.orgkertauthver.html UL290026.140_Miami Beach AE As-Needed LA.indd Page 1-13 Kimley>>>Horn • - �- '4 A Group 4... Rofessional ArchitecturaIEngineering fin �, ,,,,,,l i�- o J o ,i,, r1 ;5 —' �� 131?�'n om 5'� �!�C - G , Architecture r , ?�;;<I 4,: 4 cc_ ,, a - .- (LANDSCAPE) Kimley-Horn Staff Licenses STATE OF FLORIDA RICK SCOTT.GOVERNOR STATE OF FLORIDA KEN LAWSON.SECRETARY DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I] ., '� DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE {� ■ • LICENSE NUMBER BOARD OF LANDSCAPE ARCHITECTURE ❑r LAt58e1799 '. r' LICENSE NUMBER ..k1 f The LANDSCAPE ARCHITECT -v .2;121.r. !' Named below HAS REGISTERED Q,N. ' The LANDSCAPE ARCHITECT Under the provisions of Chapter 481 FS. Named below HAS REGISTERED O.r' 'CD' Expiration date:NOV 30,2015 Under the provisions of Chapter 481 FS Expiration date:NOV 30,2015 • HAIGH,JONATHAN DAVID 1820 WEKNA WAY HICE,CHRISTOPHER MICHAEL SEE 200 _ SARASOTA CATTLEMEN FL 3 2 200 • WEST PALM BEACH FL 33411 SARASOTA FL 34232 Igr- m RBAINA 7. VI1A ilc ilt:_ RICK SCOTT /SWIM 1011D2013 5E0•LI31010000235 KEN LAWSON GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY ISSUED. 11922013 5E0•L117 11 20 0011. ^. ii: i — JJJ NIP,;,.A. J:.),3 -' GBCI •.''�0. i International' rborteufttre _ GREEN BUILDING CERTIFICATION INSTITUTE ((4)i '�.iI I-kPt�1'LET F.E.:11,1 QEerttfteb arbori t 1 , ariJtopher ice ' a,,iy, Christopher M. Hice 5f re auing sueattulle rompleteb the requtremmts an by the 1rborist Certification � „ , Aloarb of the Anternntionnl chorine at trbontulture. '`ti?:',,, he shone nameb is herebp rman}e as an Bita Certain Orborilt (x I I 1. :,;a) f' 1 N.,>:9ftYFr TNF D.I,LIN111UN Qk■ i �)r ! r'�i A\ 3I,Aksr..txeeOrEeeR* \ LEED®ACCREDITED PROFESSIONAL �� �;.I a'� �u,raan.wS•nforanontmtwr ') \/ .F{' [H �_- �P''1) ,":"., 4-f P,N-r 1 -U h t ATR,Ci 1, 1 SD.0411,:N ILY,;1 �.. FL-5303A Dec 3,2005 Oec 31.2011 ,i4t�� :`.n,v1,01,,,,,,TI,I.IN UM,.car:ti i:Il r:•:,a+r`N.,,TENON LEED A► e.,nta.m..rramr cmam Mut Co,,.uo aw lI-'I - _ February L_2009 :C-����,iA .a � -1,,,:',..•,1,,,:b �F�'..4i' , Ja�:s4�A t�,d`.r.n�/t� f�h t+�!.� °j,�-. �.:,A ��',�N +��e.'�"ti� ~i ' .-..,� .-,,.:. �. ..T. y 3 w� I:o RICK SCOTT,GOVERNOR STATE OF FLORIDA KEN LAWSON,SECRETARY AMERICAN SOCIETY OF LANDSCAPE ARCHITECTS DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 636 EYE STREET,NW BOARD OF LANDSCAPE ARCHITECTURE 0 4:1.—I] LICENSE NUNMER = I WASHINGTON,DC 20001-3736 IA0001705 •'--71'~ The LANDSCAPE ARCHITECT ''I x'•'u o` 1�� Named below HAS REGISTERED CI.... ;t ASLA Under the provisions of Chapter 481 FS. Expiration date:NOV 30,2015 Kimberlce Misek,ASLA 1221 B GEORGE KELLAV AVENUE 1221 BRICKELL AVENUE SUITE 400 MIAMI FL 33131 VIVA RIIIth a ISSUED: 1.1312013 5E0•L1310310004571 MEMBER TYPE MEMBER NUMBER MEMBER SINCE DISPLAY AS REQUIRED BY LAW F.-i Member 1101482 2/23/2010 UL290026.140_Miami BeachAEAs-Needed LA.indd Page 1-14 Kimley>>>Horn r °is a O o s Arhitee 4 0 g Services in,Specialized Categories on an As-Needed-Basis 4 r: ;;: R F Q 2 014-3 4 6-Y G Architecture 2. Experience and Qualifications 2.1 Qualifications of Proposing Firm Firm Background ,'� � 9 `�. ��1 Tallahasseg,� ` .. 1c-�� Kimley-Horn was founded in 1967 and is now one of the largest and � "°"� • Oa:7 fastest growing full-service consulting firms in Florida.Our permanent 9 9 9 P staff includes more than 2,200 professional,technical,and support ''- • staff nationwide and more than 430 employees in 14 offices throughout Florida. Kimley-Horn has four South Florida offices in Miami,Fort Lauderdale/Plantation,Boca-Delray,and West Tampa 4 jland \ Palm Beach with more than 200 staff available to serve you.As a civil engineering,planning, ��� � Nero Beach landscape architecture,and environmental services firm,Kimley-Horn offers a full range of 1 "E4st Lucie Sarasota l � consulting services to local,regional,national,and international clients. We remain one of the Port Chita s. ,' • few employee-owned consulting firms in the nation. Fort Myer � Bst Palm oca-DelBeach ray Fort Lauderdale Kimley-Horn provides an integrated spectrum of services designed to best meet your immediate ,, Miami needs,as well as your big picture priorities.We have extensive experience serving municipalities, counties,and governmental agencies.Additionally,many of our employees are former municipal engineers and planners.They have been on your side of the table and are familiar with local government procedures.Over the last 15 years,through our integration of site assessment and remediation with site civil design, permitting,and planning,Kimley-Horn has evolved into one of the premier Landscape Architecture.firms in the state. Kimley-Horn's quality work environment and stable employee base has led to recognition with two major employer-of-choice awards. Fortune magazine recently selected Kimley-Horn as one of its 100 Best Companies to Work For. In addition,Engineering News-Record ranked Kimley-Horn 33rd of 500 U.S.design firms, 15th in transportation,and 15th among"pure design firms"in 2014.Much of our growth extends from the confidence and trust that clients place in us. Kimley-Hom's long record of technical achievements is enhanced by our reputation for effective management and personal service. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and response of a small dedicated professional team. Types of Professional Services Kimley-Horn provides an integrated spectrum of landscape architecture,engineering,planning,and environmental services.We have extensive experience serving municipalities,counties,and governmental agencies. Because we are a multidisciplinary firm,we have the expertise and personnel to tackle all aspects of your project outlined in the RFP and take you through the entire redevelopment process. We are very familiar with the issues facing the City of Miami Beach. We offer you highly experienced professionals,technical excellence,a strong project management system,and a close professional rapport with clients and public officials.With Kimley-Horn as your consultant you can be assured that your vision for your projects will be achieved.We are a fully integrated consulting firm offering a variety of landscape architectural services including: • Landscape design • Recreational facility planning and design • Public involvement programs • Irrigation design • Bicycle and pedestrian design • Construction observation • Park design • Signage planning and design • Environmental permitting • Streetscape design • Site planning and master planning UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-1 Kimley>>)Horn N Gmup . . . A „ . , . _ Architecture nr Kimley-Horn has successfully completed numerous parks and recreation-oriented projects for federal,state,regional,and local government clients and for many private developments as well.The team members selected for this assignment have relevant landscape design experience and are ideally suited to meet your needs.On recreation-related projects,we have provided complete site development engineering services,landscape architecture,surveying,and traffic engineering services. • ar\ ~ • Experience and Expertise to Benefit the City .,'• Landscape Architectural Design Services Our landscape architectural staff features park planners k '' '• a t and designers who have a wide variety of experience ranging from intimate pocket parks to multi-use ,�� • . : landscaped corridors and active community parks.Our planners and landscape architects emphasize the development of a pleasing human environment with functional spaces designed to artfully integrate i , with nature,complementing the community while developing a strong sense of place.We are a tight- 1 4.. knit group within this large firm,and we take pride in providing services such as needs assessments, 41:1,i� ' , 1. , ,� .:; ,. feasibility studies,master planning,design,permitting,public participation and consensus building,and �IJ , it . . , construction administration. • {" tAt We know that a successful landscape projects require an effective maintenance plan.A maintenance plan must match the capabilities and available workload of your maintenance staff.Our goal is to provide designs that incorporate sound horticultural practices, proper plant selections,easy-to-edge planting bed layouts,and consistent irrigation materials. For each design,we can also provide maintenance guidelines customized for each project. -.) . % �� f,J��„ .}rr.,j„ r /'!!;bj�(, jam`/..aerie L„ •� :/;�J Dill/.. . _,��i'J •.'o a.' - �ic/I/i'✓a� i��.J✓r1 Lr Kimley-Horn has successfully completed numerous parks and recreation-oriented projects for local,regional,state,and federal government clients,as well as for many private developments.We understand all aspects involved in creating an effective,well-used recreation facility that benefits the community. Several of our parks and recreational facilities have received honors and/or awards.Veterans Memorial Park in Port St.Lucie received the Award for Design Innovation from the Florida Parks and Recreation Association and Jupiter Community Park has been selected multiple times to host the Women's World Series.Our local staff has been directly involved in the design of more than$20 million in park construction on the East coast of Florida. ..w• - ),v'cIv and la.,3i71'Y7," Kimley-Horn has effectively represented the interests of pedestrians and bicyclists on many planning level studies and design projects throughout Florida.We have designed hundreds of miles of pedestrian and bicycle 'r pathways and supporting amenities through our innovative multidisciplinary a approach to project development.We apply current FDOT,AASHTO,and 'I' •i MUTCD standards as well as local standards to each design project.Our team uses information generated during inventory and analysis to prepare • a design for the entire study area.This includes a plan for typical cross- 4'.....y section treatments and connections to on-street facilities and adjacent - _ destinations.Kimley-Horn can provide design themes,landscape palette, and overall recommendations for the treatment of the bicycle and pedestrian facilities.At the client's discretion,the plan can be augmented by development scenarios at various locations and typical treatments for assets such as trailheads,staging areas,connections to existing parks,and rest areas. In addition,our in-house engineering professionals can address infrastructure issues including the preparation of conceptual design solutions for bridges,cantilevers from existing bridges,at grade crossings,railings,guardrails,refuge crossing islands,and options for limiting vehicular access. UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-2 Kimley>>)Horn 7 D r _ s ® Group ` ss Afo -ie r , Haines am.._�I G-;r_ CI\ Services in Specialized'Categories on an As-Needed-Basis R'F Q 2 01.4-3 4 6-Y G Architecture L, ..Y - (LANDSCAPE; Kimley-Hom has developed plans for projects that involve substantial pedestrian elements,using innovative,peer reviewed travel demand modeling that relies on zonal-based population projections to forecast zone-to-zone bicycle trips.This tool,along with extensive use of GIS data and mapping,will aid greatly in the decision-making process. Permitting and Approvals Our landscape architects and planners maintain regular contact with dozens of local,state,and federal regulatory agencies and their decision-makers.This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals.Our staff understands agency procedures and their expectations,enabling us to minimize delays and revision of submittals.We have worked with the City of Delray Beach in permitting numerous projects over the past several years and have a good working relationship with staff.We also stay well informed regarding the latest changes and status of rules affecting permitting and regulation.As a result,we are equipped to assist you with permitting and various mitigation program development processes. Additionally,we have successfully represented our clients before numerous federal,state,and local agencies,including the Southwest Florida Water Management Department(SFWMD),Florida's regional planning councils,the US Army Corps of Engineers(USACE),the Environmental Protection Agency(EPA),the US Fish&Wildlife Service(USFWS),and municipal and county engineering divisions.We are experienced in preparing permit applications for these agencies,know what is required to gain approval,and excel in providing a high level of coordination that facilitates the permitting process. Sustainable Design Why sustainability?Simply put,we feel it is the right thing to do.A firmwide committee is currently spearheading the vision of sustainability within Kimley-Horn.This green initiative stems from our passion and to better serve our clients as both our society and industry demand change.Sustainable development requires an integration of landscape architecture,planning,engineering, environmental expertise,creative problem solving,and excellent communication skills,all of which are inherent to Kimley-Hom. In fact, we are already becoming recognized as a leader in consulting for sustainable development projects. In addition to our external practice, Kimley-Horn has made a firmwide effort to"green up"internally,encouraging environmental responsibility in the workplace.Listed below are just some of the ways we have moved forward in this regard. LEED Offices.Kimley-Hom made internal efforts through designing and developing our Vero Beach office to meet LEED®Silver certification from the U.S.Green Building Council(USGBC).The project received LEED Silver certification from the USGBC. The project is the first LEED-certified commercial building in Indian River County.In addition,we have designed a LEED interior build- out within our West Palm Beach office. Kimley-Horn Green Team The Kimley-Horn sustainable design advantage is the close coordination of all disciplines under one roof.Our staff includes landscape architects;urban and land planners;civil,transportation,and systems engineers;environmental specialists;and computer/systems specialists.Because an ecologically sound design is a blend of landscape architecture,engineering,economic,and natural sciences,we can create a project team with a senior representative from each of our key disciplines.Project manager George Puig,PLA,is one of our Green Team office representatives. Low Impact Development Stormwater management is one of the greatest challenges any municipality faces.Development increases the amount of stormwater runoff and the pollutants that it contains.The current stormwater regulations are ineffective,but are about to improve with the introduction of new stormwater rules that will increase limits on pollutants and nutrient runoff in order to improve water quality.The new regulations will encourage Low Impact Development(LID)solutions such as:bioswales and created wetlands that can help beautify a site,reduce stormwater runoff and improve water quality. Finding the most effective solutions requires selecting the right landscape architect who is knowledgeable in the following areas: UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-3 Ki m ley>>>H orn R®fessi@ni Group _ s, Services in Specialized Categories on an As-Needed-Basis ` RFQ 2014-346-YG Architecture r. (LANDSCAPE) Bioswales:Bioswales are environmentally friendly landscape elements designed to remove silt and pollution from the first flush of surface water runoff.They are typically off-line systems with gentle side slopes filled with vegetation to maximize the time water is spent in the swale.Our landscape architects utilize this LID tool to integrate it into parking lot islands and replace the need for subsurface piped systems.Properly designed,bioswales provide both infiltration and treatment for water quality.Inverted swales in parking islands in lieu of raised landscaped beds create sustainable landscapes,while adding the benefits of water quality measures. Bioretention:Our landscape architects and water resources engineers design bioretention areas created to address both quantity and quality issues relative to stormwater management.Landscaped depressions with subsurface sand filters provide for infiltration,detention, and water treatment while giving the appearance of a conventional landscape. Landscape:The strategic location of shade trees can significantly impact energy costs for buildings in temperate climates.Proper selection of trees with dense leaf patterns to reduce summer heat gain and open branch structure to allow winter sun on the south side of a building is a low-impact means of achieving energy savings.Xeric,drought tolerant,and native plant materials are also suggested to minimize the need for irrigation Low Volume irrigation:Low volume irrigation is a more efficient means to apply water on a limited basis for sustaining landscaping. Low volume irrigation should be viewed as a supplemental source only during the establishment period or in times of excessive plant stress. Our landscape architects have had extensive involvement in preparing irrigation design guidelines and specifications for several clients. Gray water re-use;rainwater capture:Our landscape architects can provide the City with aesthetic design solutions for rain barrels and cisterns to capture rainwater for irrigation and other uses.There are significant infrastructure costs associated with current water management designs,including subsurface piping,extensive grading,and wasted land(typically 15-20 percent is reserved for stormwater ponds).By implementing just a few of the above LID methods,Kimley-Horn can improve water quality treatment for the City's watersheds and reduce stormwater runoff,so more land is kept available for other opportunities. Irrigation Water conservation has become a central issue in designing and maintaining landscapes in Florida.Kimley-Horn recognizes the need for proper irrigation design that uses the most recent technology in controllers,irrigation heads,micro-irrigation,and bubbler systems.We will provide professional irrigation design integrated with water management solutions to meet the specific site and environmental conditions of this project.We intend to ensure that water conservation,water management,and irrigation design are wholly addressed—with a sensitivity to the environmental conditions of the site. Related Experience and References Kimley-Horn provides successful landscape architecture services to numerous public and private clients throughout Florida.The following projects illustrate our breadth of service and variety of clients in just some of the types of services you may require in the future. Regatta Park City of Miami, FL 2014 Regatta Park in the City of Miami is a new15 acre waterfront passive park that will transform the underutilized waterfront into a more cohesive and vibrant public space that will help connect the general public to the waterfront. The main features of the park include the Expo Lawn,Regatta Lawn,Tropical Gardens,Promenade,Multi-use Path Connector,Tree Alee and Children's Play Area. Kimley Horn was tasked with the landscape architectural and civil engineering design of the park from concept through construction administration. Client Contact:Maria M.Pineda,City of Miami Capital Improvements and Transportation Program,(305)416-1213,MMPineda @miamigov.com UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-4 Kimley>>>Horn • • • A'ofessbnal Arc�e .� Architecture — �_ A'•tD CAPE ` General Engineering and Architectural Services Contract City of Doral, Florida ,.i 2012—2013 r► tc 3 As part of this contract,Kimley-Horn prepared the conceptual plan and construction �' � —"? documents for Serene Park,a two-acre park across from the recently completed City Hall ° a_ p 1, i in Downtown Doral.The concept for the park is based on`offering a quiet respite amidst °°y° a ,fir }`. .r ?., ;/ the urban context in order to connect your mind,body,and spirit and discover about yourself,about your community,and about your place in the world."Park amenities include - 4014, � Y< a labyrinth,sunken garden,yoga/tai-chi lawn,contemplative pond,tree bosque,reading rooms/seating circles,scent garden water features,plazas,and passive trails. r= ' X'i" Client Contact:Barbara Hernandez,Parks and Recreation Director,(305)593-6725, '4 ✓ /� barbara.hernandez@cityofdoral.com Lincoln Road Closure Miami Beach, FL 2010 This project was a joint-venture between the City of Miami Beach and UTA Management,LLC.The 1000-1100 Block of Lincoln Road was closed to vehicular , • traffic to allow for the extension of the Lincoln Road Pedestrian Mall.The mall was extended west,from Lenox Avenue to Alton Road,to include a new jr- pedestrian plaza.The design also included four water gardens,and streetscape Y - _~� and infrastructure improvements.Kimley-Horn provided due diligence,civil engineering,landscape architecture,permitting,traffic signal modifications,and lighting and electrical design services for this project. -- Client Contact:Jeff Weinstein,UTA Management,LLC,(305)538-9320, .. jeinstein@11111incolnroad.com Mowry Drive Roadway Improvements Homestead, FL 2012 Kimley-Horn was selected for the new construction and widening of Mowry Drive(SW 320th Street)from SW 157 Avenue to SW 152 Avenue.The existing roadway consisted of a one-lane paved road and was proposed to be converted to a four-lane divided urban section with bike lanes on both sides.The project included design and preparation of roadway,drainage,signing and marking, lighting,water main extension,landscaping,and irrigation plans.As part of the project,environmental and drainage permits were obtained from the South _ Florida Water Management District(SFWMD),Miami-Dade County Department of Regulatory and Economic Resources(RER),and the U.S.Army Corps of Engineers(USACE).The project also included preparation of bid documents and construction supervision. Client Contact:Ana Alvarez,Assistant Director,City of Homestead CRA,(305)224-4772,aalvarez @cityofhomestead.com UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-5 Kim I ey>>>H o r n / • s t •-• " 0 I eon°, o emon Architectu -n Group Services in Specialized Categories on an As-Needed-Basis [-■\ x m. Architecture =1 , » RFQ 2014-346-YG Midtown Miami Streetscape City of Miami, FL 2002—2009 This 56-acre brownfield is the largest redevelopment project in the City of Miami.Kimley-Hom worked with the architectural design team to develop a truly urban mixed-use master plan.The project was the subject of rigorous permitting requirements and several intense public hearings,during which Kimley-Hom provided expert testimony on planning and engineering issues.In addition,Kimley-Hom designed all public infrastructure,including roadways and utilities,and has provided traffic,landscape architecture,and urban planning services for Midtown Miami.This project won the EPA Region 4 2009 Phoenix Award,the nation's most prestigious award for brownfield redevelopment. Client Contact:Bruce L.Cutright,Project Manager Bureau of Economic Geology,The University of Texas at Austin,(512)232-0775, bruce.cutright @beg.utexas.edu 2.2 Qualifications of Proposer Team (Architects and Engineers) Project Manager George Puig, PLA,has more than 24 years'experience on a number of projects throughout the U.S.,Latin America and abroad. George's project knowledge has been built by his critical involvement in urban design/streetscaping;site master planning and development;and conceptual and final design for municipal,mixed use and entertainment/recreational facility projects.His responsibilities include management of designers and planners,team leadership and project management to ensure that our clients. receive the best.possible service.He serves as project manager for the firm's current on-call miscellaneous streetscaping and landscape architecture services for the City of Margate CRA,project manager for the Biscayne Boulevard Greenspace Study for the Miami DDA, and for park planning and design for the City of Doral Parks and Recreation Department. Project Management Capabilities Kimley-Horn recognizes that both a strong project manager and experienced management team are key to exceed your expectations for each assignment and execute this project successfully.Our project manager,George Puig,PLA,will be the one point of contact for the City of Miami Beach.He will direct each assignment and have complete authority to allocate Kimley-Horn resources. Our standard management practices require that project managers prepare a detailed work plan and management plan for each assignment.This work plan includes all project elements such as staffing,schedule,project requirements,and implementation strategies. Our approach to project management is characterized by the following philosophies and policies,which are ingrained in Kimley-Hom's culture: • Our project management plan will promote efficiency,clarify communication protocols,and provide project direction. • Our project management plan will clearly identify the staffing requirements,schedule,budget,and plan for effective quality control and independent reviews,producing a result that exceeds expectations. • We will view the project from your perspective,examine issues in a strategic context,and provide you with tactical solutions. In short,Kimley-Horn has a no-nonsense,team-oriented,results-driven management approach that is saturated with top-quality,highly motivated professionals who consistently produce superior results.We have the depth of resources,local experience,and diversity of expertise to assist you with the City of Miami Beach's Landscape Architecture needs. UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-6 Kimley>>)Horn r4 La , r , U : 7 o essi n , Ar o : €turn i Group - - IQ -:e . . Services in,Specialized Categories on an As-Needed-Basis e' r a -.- - RFQ 2 014-3 4 6-Y G Architecture I ._fit E) (LANDSCAP Our Project Team Kimley-Horn understands that when you select an engineering consultant,you are really choosing people who offer you technical expertise,extensive hands-on experience with similar projects,and a demonstrated record of quality and responsiveness that will make your project a success.Kimley-Horn's culture is structured to hire and retain highly motivated employees who exude pride and enthusiasm for Kimley-Hom and the services we provide. We have organized a core team of practiced professionals to provide a high level of responsiveness to the City of Miami Beach,both in terms of exceptional local interaction and support,and extensive technical experience in the disciplines you require.Kimley-Horn professionals and their specific roles for this project are outlined below.An organization chart and resumes for our staff are included at the end of this section. George Puig, PLA Project Manager With 24 years of professional practice in South Florida,George is a registered landscape architect with experience on a number of projects throughout the United States,Latin America and abroad,within both private and public sectors.George's project knowledge has been built by his critical involvement in master planning,urban design/streetscape;site development;conceptual and final design for resorts;hotels;single family;multi-family;mixed use;and entertainment/recreational facility projects.His responsibilities include management of designers and planners,marketing,recruiting,team leadership and project management and ensuring that our clients receive the best possible service.His present and past responsibilities within the firm include Director of Operations for the Miami Beach office(Legacy EDAW),Director of the Urban Public Realm Practice Line for the East Region,Co Representative of the Global Design Practice Line,and Co Director of the US Resort Practice Line. Jonathan Haigh, PLA Landscape Architect Jonathan Haigh is a native of Palm Beach County and has 19 years of experience as a practicing professional landscape architect.He is a skilled designer with park-related project experience throughout the southeast United States:eight community parks of 60 acres and greater,more than 20 passive parks of varying size,and more than 50 miles of dedicated greenways.He has contributed,managed,and/ or produced seven comprehensive recreation master plans in five different states. Implementing these plans and others,he has directed the preparation of park-related construction drawings,detailing,and specifications.His experience is strongest in applying a practical and budget-friendly,yet creative design approach to each project. He has thoroughly embraced the application of sustainable principles in project design and incorporating the design of Florida-friendly landscapes and water-efficient irrigation systems. Kim Misek, ASLA Landscape Analyst Kim has seven years of experience as a landscape architectural analyst.She is experienced with landscape design,site planning, construction document preparation,and in preparing presentation graphics—both digitally and by hand. Dana Williamson Landscape Analyst Dana recently graduated with a bachelor of science in landscape architecture,but has already gained professional experience during a year-long internship in Philadelphia.Trained in AutoCAD and Adobe Suite,she works heavily in drafting,as well as in creating digital and hand drawn presentation graphics. UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-7 Ki m I ey>>)H o r n II1 '-;1‘. f tur AND - - o_esson : ° enn° Services in Specialized Categories on an As-Needed-Basis Architecture RFQ 2014;346-YG .,, - (LA",DSCAPEi Stephen Feccia Landscape Analyst Stephen joined the Kimley-Horn team in June 2014 as a landscape architecture analyst.He has taken on production roles for an array of projects ranging in scale.His experience prior to joining Kimley-Hom includes landscape and irrigation design consulting at EDSA; Calvin,Giordano,and Associates;JBC Planning and Design;and Dixie Landscape. Tricia Richter Landscape Analyst p Y Tricia has more two years of experience with landscape design,construction document preparation,and in preparing presentation graphics. Chris Hice, PLA, ASLA, LEED AP Landscape Architect/Certified Arborist Chris has over 20 years of experience providing landscape architecture,and arboricultural services.He has served as project manager on numerous projects where his responsibilities have included;tree inventory and assessment;concept planning for streetscapes and roadway landscaping;establishing maintenance and design guidelines or standards;public workshops. In addition Chris has managed several projects where he has worked directly with the Sarasota County Urban Forestry Program to assist in communicating their vision for reforestation of the urban canopy and neighborhood beautification.Chris has also authored Kimley-Hom's tree mitigation specifications. Chris has served as the Chair of the Sarasota Tree Advisory Council(STAC)and Chair for the Myakka River Branch(Sarasota/Manatee) of the Florida Gulf Coast Chapter of the USGBC.His responsibilities in these organizations compliment the scope of services for this project.As Chair of the STAC he was continually involved in issues concerning the urban forest.Recent responsibilities have included; consolidation of the County's tree codes;tree planting palettes;current discussions regarding canopy coverage analysis and updates to the urban forestry master plan;canopy roads. UL290026.140_Miami Beach AE As-Needed LAindd Page 2-8 Ki m I ey>>>H o r n • a_ I. Q oW i .cF— m M N — w.1.4 a 4) 0 03 0. 0 - CD {LI ' < cn wc 0 k...) a &.. Z.- -- 0 '"" I/.. l'3j— —1, .cLcD5 — .1 i c) -,F3 t = -t5- 7-- co _.. Ts a):o a � C -a. P 1-1- C 2- a cn E N 3 cz ,(1,t, er, t a0 � � j c z ., L- 0) {' -•'•••••• 0 2 V c� r'---5. c o D W Y 4 +f o o -.- - (-) u ' '' :tr.' .' ' I f� . ,,_ . , ,,, ,,,,, , • 4„. ,, ., __ 4 ,,ii Professional Architectural—Engineering 620 George Pui P LA d g g R k Specialize• cate•ories cfi ER As-Needed-Basis o�oao� � Archaecture Project Manager Relevant Experience Regatta Park,City of Miami,FL—Project Manager for the Kimley-Hom team that provided ` . landscape architecture services for Regatta Park in the City of Miami,a new15 acre waterfront passive park that will transform the underutilized waterfront into a more cohesive and vibrant n t ubli csaceth that will help connect the general public to the Th ma main 1 features of the park include the Expo Lawn,Regatta Lawn,Tropical Gardens,Promenade, f, Multi-use Path Connector,Tree Alee and Children's Play Area.Kimley Horn was tasked with fix_ _ r the landscape architectural and civil engineering design of the park from concept through Special Qualifications ; construction administration.2014 • Has 24 years of landscape Doral Serene Park(aka Downtown Triangle Park),Doral,FL—Serving as project manager. architecture experience Kimley-Horn prepared the conceptual plan and construction documents for a two-acre • Chair of the Miami-Dade County park across from the recently completed City Hall in Downtown Doral.The concept for Waterfront Development Review Committee the park is based on"offering a quiet respite amidst the urban context in order to connect • Team oriented with a unique blend of your mind,body,and spirit and discover about yourself,about your community,and about design knowledge and management your place in the world."Park amenities include a labyrinth,sunken garden,yoga/tai-chi experience lawn,contemplative pond,tree bosque,reading rooms/seating circles,scent garden water • Critical involvement in recreational and features,plazas,and passive trails.Note:This project was performed under our General streetscape type projects from concept Engineering and Architectural Services contract.2012-2013. through construction administration Black Creek Trail Segment A Construction Documents,Miami-Dade County,FL—Served as • Board Member of Citizens for a Better landscape architect.Kimley-Hom prepared construction documents for Black Creek Trail, South Florida Segment A,which is a 9.1-mile,multi-use greenway trail in southern Miami-Dade County. Professional Credentials Our client was the Miami-Dade Parks and Recreation Department(MDPR).Kimley-Horn • Bachelor of Landscape Architecture, was responsible for all phases of this project ranging from programming and schematic Landscape Architecture,University of design through construction phase services.We assisted MDPR in identifying potential Florida trail alignments,amenities,trailhead locations,and neighborhood connections.Our design • Professional Landscape Architect in incorporated a non-motorized trail and linear park design within the Black Creek Canal(C-1) Florida and Puerto Rico right-of-way(ROW)owned by the South Florida Water Management District(SFWMD). Professional Organizations 2008-2013. • American Society of Landscape University of Miami Wellness Park(aka UM Wellness Park)(fka UM Valet Lot Park),Miami,FL Architects(ASLA) • Urban Land Institute Served as project manager.Kimley-Hom developed the conceptual plan of a wellness park • Colegio de Arquitectos y Arquitectos at the University of Miami Medical Campus.This urban park will be centrally located within Paisajistas de Puerto Rico(CAAPPR) a busy urban environment and will offer a quiet respite for the employees and visitors of this area. Information gathered during the analysis phase of the design process indicated high peak use during weekdays and lunch time,which influenced the design of the park facilities to accommodate specialty uses. Plant materials that promote wellness and inspire healthy living were selected as part of the design process.Park amenities will include an exercise trail and equipment area,plazas, multi-use lawn,sculpture exhibit area,yoga lawn,and an event and lunch time/food truck plaza.2012-2013. Washington Avenue Roadway Improvements,Phase II,Homestead,FL—Landscape architect for the new construction and widening of Washington Avenue from NE 2nd Street to NE 8th Street from a two-lane undivided section to a two-lane divided urban section with parking on both sides.The project included roadway,drainage,signing and marking,lighting,water main extension,landscaping,and irrigation plans.The project included obtaining all required permits,preparation of bid documents,and construction supervision.2012 • UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-10 Kimley>>>H o r n 1,, Professional:AkchitecturaJmEngineering Group Jonathan H a f 1 f PLA ` 6 b Specialized Categories eN A Needed-Basis A Landscape Architect 4460-d® 4r A t^ture Relevant Experience Black Creek Trail Segment A Construction Documents,Miami-Dade County,FL—Served as landscape architect on the Kimley-Horn team that prepared construction documents for this 9.1- mile,multi-use greenway trail in southern Miami-Dade County.Kimley-Horn was responsible for all phases of this project ranging from programming and schematic design through construction phase services.We assisted the Miami-Dade County Parks and Recreation Department(MDPR)in identifying potential trail alignments,amenities,trailhead locations,and neighborhood connections. We coordinated with numerous stakeholder groups,including utilities,local governments,and permitting agencies.Our design incorporated a non-motorized trail and linear park design within Special Qualifications the Black Creek Canal(C-1)right-of-way owned by the South Florida Water Management District • Has 19 years of experience ; (SFWMD).Key challenges on this project that we addressed included slope stability near the canal as a practicing professional bank,crossing several major roadways(including a six-lane section of US 1),and working within landscape architect SFWMD design standards for permitted use of their right-of-way.2008-2013. • Skilled designer with park-related !: project experience throughout Miller Park,Delray Beach,FL—Served as landscape architect for the Kimley-Horn team that the Southeast United States: provided detailed site planning,design,and construction phase services for this$7-million upgrade eight community parks of 60 to the existing baseball facility.This project featured a native plant palette and an easy-to-maintain acres and greater,more than landscape design.2007-2010. 20 passive parks of varying size,and more than 50 miles of Mowry Drive Roadway Improvements,Homestead,FL—Landscape architect for the Kimley-Horn dedicated greenways team.This project consists of widening and resurfacing the existing two lane road from SW 152nd • Contributed,managed,and/ Avenue to SW 157th Avenue in Homestead.The project includes landscape and hardscape plans, or produced seven recreation renderings,decorative street lights,drainage,signing and marking,and traffic control plans.Also master plans in five different designed a new irrigation system.2012 states Palmetto Park Road Improvements and Downtown Boca Raton Pedestrian Promenade,Boca Raton,FL • Directed the preparation of park- f Landscape architect. For this retail district through the downtown area,Kimley-Horn provided full related construction drawings, roadway and streetscape design and landscape architectural design to create a pedestrian friendly detailing,and specifications downtown with emphasis on a promenade connecting Plaza Real with Mizner Park.Intersections • Experienced in applying a were redesigned to reduce pavement crossing width,minimize turn lanes,emphasize pedestrian practical and budget-friendly,yet crossings and modify signal timing to improve the pedestrian and downtown environment.Special creative design approach to each project emphasis was placed on providing an inviting pedestrian experience along retail businesses • Proficient in applying sustainable and providing on-street parking. Improvements include brick paved intersections,introduction of principles in project design and curbless streets along NE 1st Avenue,reconstruction of Boca Raton Road with an inverted crown incorporating the design of • roadway with wider sidewalks and on-street parking.Curbless streets were introduced to enable Florida-friendly landscapes and ! their use for special events when streets can be closed for fair events.Landscape and hardscape water-efficient irrigation systems improvements include planter islands and wide brick paver sidewalks on both sides of the roadways. Improvements along Palmetto Park Road include construction of wider brick paver sidewalks,raised Professional Credentials brick paver intersections,lighted bollards,and new decorative street lighting.Planned pergola • Bachelor of Landscape structures,which we anticipate will be added in 2012,will accent the streets providing shade and a Architecture,Landscape seating area for pedestrians.2009-2011 Architecture,University of Arkansas Martin Luther King,Jr.(MLK)Drive Beautification,Delray Beach,FL—Project manager on the • Professional Landscape Architect' Kimley-Horn team.Provided landscape architectural master planning services for the design of in Florida landscape,lighting,and hardscape enhancements for the entire length of Martin Luther King,Jr. Professional (MLK)Drive in Delray Beach.This 1.5-mile corridor will also incorporate MLK commemorative Organizations design elements placed in the right-of-way.The design concept included the continuation of an • American Society of Landscape existing sidewalk network;decorative lighting;right-of-way plantings with flowering trees,palms,and Architects(ASLA) other landscaping;a program for live oaks to be planted outside of the right of way;and artwork on. • U.S.Green Building Council- existing utility poles.The master plan will also address prioritization and phasing of the proposed South Florida Chapter improvements with respect to budget.Similar to other community enhancement master plans,public • Florida Recreation and Parks involvement is a key element in the success of this project.The Kimley-Hom team coordinated Association closely with a committee of community representatives to identify community assets and to solicit their ideas and preferences for incorporation into the master plan.2008-2011. UL290026.140_Miami Beach AE As-Needed LAindd Page 2-11 Kimley>>>Horn ASLA Professional Architectural—Engineering A K i m b e r I e e M i s e k, A S LA . Services Specialized.Categories cH ER As- eeded-Basis Landscape Analyst (WO g0144346-Vii actitv^n1� u_. _- Relevant Experience Black Creek Trail Segment A Construction Documents,Miami-Dade County,FL—Served • as landscape analyst on the Kimley-Horn team that prepared construction documents for this 9.1-mile,multi-use greenway trail in southern Miami-Dade County.Kimley-Horn was responsible for all phases of this project ranging from programming and schematic design through construction phase services.We assisted the Miami-Dade County Parks and r \ Recreation Department(MDPR)in identifying potential trail alignments,amenities,trailhead locations,and neighborhood connections.We coordinated with numerous stakeholder Special Qualifications groups,including utilities,local governments,and permitting agencies.Our design • Eight years of experience with ; incorporated a non-motorized trail and linear park design within the Black Creek Canal landscape design,site planning, (C-1)right-of-way owned by the South Florida Water Management District(SFWMD).Key construction document preparation, challenges on this project that we addressed included slope stability near the canal bank, and in preparing presentation crossing several major roadways(including a six-lane section of US 1),and working within graphics—both digitally and by hand SFWMD design standards for permitted use of their right-of-way.2008-2013. Professional Credentials • Bachelor of Landscape Architecture, Lincoln Road Closure,Miami Beach,FL—Assisted the lead landscape architect in the Landscape Architecture,University of preparation of hardscape plans,irrigation plans and custom detailing through construction Arkansas - documents and construction phase services.This project was a joint venture between the Professional Organizations City of Miami Beach and UTA Management,LLC.The 1000-1100 Block of Lincoln Road • American Society of Landscape was closed to vehicular traffic to allow for the extension of the Lincoln Road Pedestrian Architects(ASLA) Mall.The mall was extended west,from Lenox Avenue to Alton Road,to include a new • Commercial Real Estate Women pedestrian plaza.The design also included four water gardens,and streetscape and (CREW) infrastructure improvements.Kimley-Horn provided due diligence,civil engineering, • University of Arkansas Architectural landscape architecture,permitting,traffic signal modifications,and lighting and electrical Advisory,Board Member design services for this project.2007-2010. Miami River Greenway Design-Six Projects,Miami,FL—The Miami River Greenways Master Plan,Miami,FL—Served as the co-designer for urban design of landscape and hardscape master plans and assisted in presentations to the City.2009-Ongoing Doral Serene Park(aka Downtown Triangle Park),Doral,FL—Serving as landscape analyst. Kimley-Horn prepared the conceptual plan and construction documents for a two-acre park across from the recently completed City Hall in Downtown Doral.The concept for the park is based on"offering a quiet respite amidst the urban context in order to connect your mind,body,and spirit and discover about yourself,about your community,and about your place in the world."Park amenities include a labyrinth,sunken garden,yoga/tai-chi lawn,contemplative pond,tree bosque,reading rooms/seating circles,scent garden water features,plazas,and passive trails.2012-2013. University of Miami Wellness Park(aka UM Wellness Park)(fka UM Valet Lot Park),Miami,FL Served as landscape analyst.Kimley-Horn developed the conceptual plan of a wellness park at the University of Miami Medical Campus.This urban park will be centrally located within a busy urban environment and will offer a quiet respite for the employees and visitors of this area. Information gathered during the analysis phase of the design process indicated high peak use during weekdays and lunch time,which influenced the design of the park facilities to accommodate specialty uses. Plant materials that promote wellness and inspire healthy living were selected as part of the design process.Park amenities will include an exercise trail and equipment area,plazas, multi-use lawn,sculpture exhibit area,yoga lawn,and an event and lunch time/food truck plaza.2012-2013. UL290026.140_Miami Beach AE As-Needed LAindd Page 2-12 Kimley>>>H o r n Profession. a ectur• o'neering Group Dana Williamson Services Specialized Categories on an As-Needed-Basis Landscape Analyst RFO 2014-346-YG Ar`hiec7ur Relevant tl ant Expe9 fence Regatta Park,City of Miami,FL—Serving as landscape architecture analyst on the Kimley- `' Horn team that is providing landscape architecture services for the city of Miami.Dana provided CADD and Excel assistance with the 90%submission set.Regatta Park is a 13.5 acre site located at the SE corner of Pan American Drive and South Bayshore Drive in Coconut Grove.The park consists of a passive park with a great lawn area secondary lawn areas,walkways,multi-use path,bike trail,pedestrian paths,plazas,promenade,public art, �-� - and a tropical garden area populated with picnic areas.08/2014-Ongoing. Special Qualifications Village of Palmetto Bay General Landscape Architectural Services Contract,Village of • construction documents, • Palmetto Bay,FL—Serving as landscape architecture analyst on the Kimley-Hom team construction construcc tion details,Adobe Design Suite,Microsoft Word and Excel, that is providing the Village of Palmetto Bay with landscape architecture services,including Sketch-up,Land FIX,photography ' the design of landscape architectural components including hardscape,landscape,site and photo editing,hand rendering, furniture,site lighting and irrigation for different project types including parks,streetscapes, computer rendering,research and and other related urban public realm areas from concept through construction.Dana is analysis,diagramming,design ' working on CADD files and presentation boards for the US 1 Medians portion of the project. process,horticulture practices: 2013-Ongoing. pruning,planting,irrigating&fertilizing. • Extensive knowledge of trees, Experience prior to joining Kimley-Horn: perennials,annuals,natives Sylvan Theater,National Mall,Washington,DC—A national competition that was won by and weeds of the Midwest,team collaboration,model building, ; previous employer to redesign the outdoor theater grounds and surrounding parkland presentation experience,Northern beneath the Washington Monument.Majority of time spent on project was research and California landscape plants and analysis based for initial designs.Diagramming and helping with master planning the site. natives,and plant identification. 2012-Ongoing Professional Credentials Abigail Estate,New Albany,OH—A rural 300 acre private residence of a high profile client. • Bachelor of Science,Landscape f Project has been slowly added to for more than 20 years.Dan's focus was meadow design, Architecture,Purdue University woodland planting,wetland planting and formal garden design.Worked on cadd files, • Associate,Horticulture,Purdue University elevations and presentations for client,creating plant palettes and plans.Project has been ongoing for 20+years Professional Organizations • American Society of Landscape Camana Bay-Block 6,Grand Cayman,Cayman Islands—A multi-use block district project Architects(ASLA) in a larger network of high end new development called Camana Bay.Worked in CAD files during design development and construction documentation.Dana worked on design studies,site furniture design,and mainly construction documents to 100%submission. 2012-2014. • UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-13 Ki m l ey>>>H o r n A /� Professional Architectural AND Engineering Group C � Stephen e c c i ca' AS LA Services NI Specialized Categories ER As-Needed-Basis G1(�© @o l oomoo 7® Arcnct,aure Landscape Analyst Relevant Experience fill114gir" Regatta Park,City of Miami,FL—Serving as landscape architecture analyst and providing landscape design and production on the Kimley-Horn team that is providing landscape architecture services for the city of Miami. Regatta Park is a 13.5 acre site located at the 1;0 SE corner of Pan American Drive and South Bayshore Drive in Coconut Grove.The park consists of a passive park with a great lawn area,secondary lawn areas,walkways,multi- A / use path,bike trail,pedestrian paths,plazas,promenade,public art,and a tropical garden ' / _ area populated with picnic areas.2014 Special Qualifications 114th Avenue Park,City of Doral,FL—Serving as landscape architecture analyst on the • Experienced in landscape architectural ! Kimley-Horn team that prepared the conceptual plan and construction plans of an 18-acre analysis,and landscape and irrigation design park located on the corner of NW 82nd Street and NW 114th Avenue.The concept for the park consists of two adjacent sites with both active and passive recreational amenities. Professional Credentials Park amenities include the following recreational components:community center building, • Master of Landscape Architecture, baseball fields,tennis courts,basketball courts,sand volleyball,soccer fields,playground, Florida International University • Bachelor of Environmental multi-use field,walkways,boardwalk,and wetlands.Project in design and permitting. Horticulture,University of New Chetrit Group,Riverfront Special Area Plan,Miami,FL—Serving as landscape architecture Hampshire ` analyst on the Kimley-Horn team that prepared conceptual level plans and exhibits to Professional Organizations be included as part of the Special Area Plan package.Project scope includes two public • American Society of Landscape pedestrian promenades,one along the Miami River,beginning just east of SW 2nd Ave and Architects(ASIA) terminating at Jose Marti Park,and the second along a proposed bisecting avenue between • Florida American Society of four 60-story-towers.Stephen assisted with the production of illustrative plans and sections, Landscape Architects(FLASLA) a tree inventory and disposition plan,and schematic level drawings. Experience prior to joining Kimley-Horn: Miami Beach Recreational Corridor,City of Miami Beach,FL—Provided irrigation design services for the Calvin,Giordano,and Associates team that was assisting the City with this recreational corridor project.This 1.75 mile project area stretched from Indian Beach Park northward to Allison Park at the intersection of Collins and 65th Street.The overall system consisted of three water meters and was designed to encompass the new native coastal plantings within 30'of the corridor.03/2014–04/2014. Fort Lauderdale International Airport Expansion,Broward County,FL—Provided tree inventory and mitigation services for the JBC Planning and Design team that was providing the County with landscape services for this airport expansion project.He was brought on board to survey and document the existing vegetation within the project limits and produce construction drawings to be submitted to Broward County.08/2013–10/2013. UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-14 Ki m I ey>>)H o r n 'ofession o Aret teetur. En' --Ong Group T ri c i a Richter Services in Specialized Categories on an As-Needed-Basis Landscape Analyst RFO 2014-346-YG Ar hitFtitre — - Relevant Experience Altamonte Springs Gateway Drive Extension Final Design,Altamonte Springs,FL—Serving J as landscape analyst on the Kimley-Horn team that is providing design,permitting,bidding l .'. support,and construction phase services for the Gateway Drive Extension project.This I project involves the new construction of approximately one mile of four-lane,divided urban roadway from east of Forest City Road to Keller Road. It also includes construction of a new 1,p%04/ two-lane,urban roadway and widening for auxiliary lanes along Maitland Boulevard and , Keller Road.The disciplines involved in this project include roadway,drainage,floodplain, Special Qualifications utilities,traffic control,signing/pavement marking,signalization,structural,landscaping, • More than two years of experience permitting and right-of-way-mapping.This project will be permitted through Seminole with landscape design,construction . County,SJRWMD,USACE,FDEP,FEMA,FDOT,and the City of Maitland.2011-2012. document preparation,and in preparing presentation graphics Lake Worth Beach Redevelopment,Lake Worth,FL—Served as landscape architect on the Kimley-Horn team that developed design criteria and site plan alternatives for a proposed Professional Credentials ` redevelopment of its public beach.Proposed improvements included boardwalks,parking • Bachelor of Landscape Architecture, Landscape Architecture,University of lots,roads,utility and drainage infrastructure,walkways,landscaping,street furnishings, Florida pavilions,beach lockers,playground equipment,lighting,restrooms,and other site Professional Organizations amenities.Our team also assisted the City in negotiating a new interlocal agreement with • American Society of Landscape Palm Beach County to secure up to$5 million in funding for the public improvements.2009 Architects(ASLA),Member -2010(Design);2013(Construction). UM Commons South Campus,Miami-Dade County,FL—Serving as landscape architect for the Kimley-Horn team that is providing site civil engineering services for this retail site in Miami-Dade County. Lift Station 13 Rehabilitation,West Palm Beach,FL—Serving as landscape analyst.Kimley- Horn was retained by the City of West Palm Beach for the addition of a new electrical room and associated improvements at this lift station in West Palm Beach.In March of 2011, LS 13 experienced a significant failure that prompted the City to re-evaluate the layout of the existing electrical room in this master pump station.Our team is now designing a new electrical room that will replace all electrical components of the building and place them at an increased elevation to avoid future flooding problems.An evaluation of the existing pumps is also being performed to determine if the station can be converted from a triplex to a duplex station once the City begins to bypass flow from Lift Station 5.Kimley-Horn's services include the design of the bypass piping,new landscaping,a new bridge crane, and an overhead door to aid in operations and maintenance,as well as the design of submersible actuators in the dry pit.2011 -2013. Lift Station 23 Rehabilitation,West Palm Beach,FL—Serves as landscape analyst for the design of the rehabilitation improvements to this wastewater pumping station located in Currie Park.This project includes replacement of three existing 2,000 gpm pumps with VFD driven electric submersible pumps in a dry pit installation,wetwell rehabilitation,expansion of the existing electrical building,upgrading the existing FPL service from 240V to 480V service,installation of an electric pump hoist,new ventilation system,and other associated improvements. UL290026.140_Miami Beach AE As-Needed L.A.indd Page 2-15 Kimley>>>Horn Hice, ofes Architectural En©I rang °;= Chris I Ce PLA, ASLA, Services cialized Categories on an As-Needed-Basis ,Landscape Architect/Certified Arborist RFQ 2014.346-YG u:ram Relevant Experience } r, r,''_ , J Regatta Park,City of Miami,FL—Provided tree inventory and certified arborist services for the Kimley-Horn team that provided landscape architecture services for Regatta Park in the ``F' City of Miami,a new15 acre waterfront passive park that will transform the underutilized (r 4- -_., ' waterfront into a more cohesive and vibrant public space that will help connect the general public to the waterfront.The main features of the park include the Expo Lawn,Regatta Lawn,Tropical Gardens,Promenade,Multi-use Path Connector,Tree Alee and Children's lk. __ Play Area.Kimley Horn was tasked with the landscape architectural and civil engineering design of the park from concept through construction administration.2014 Special Qualifications • Has 20 years(of experience providing Bradenton Urban Forestry Master Plan(UFMP)Update,Bradenton,FL—Served as project landscape architectural,design-build, manager.Kimley-Horn provided arboricultural services,including inventory and assessment and arboricultural services of City's existing tree canopy;identification of potential streetscape projects in urban and • Management activities include , suburban commercial corridors to provide conceptual concept plans correlated to the preparation of master plan documents ; Future Land Use Map(FLUM);establishment of standards for the implementation of canopy and graphics,cost estimating,directing , roadways;development of a preferred tree planting palette for the specific microclimates production staff,and construction ` within the City;development of planting establishment and maintenance guidelines to be document and specifications • Construction administration and used by public staff and private citizens;provided a comprehensive list of potential grant/ observation on projects of varying sizes funding opportunities that may be available to implement the Master Plan Update;and and scopes ; coordination of public workshops to educate the community.2011 • Specific expertise in sustainable SFRTA Tri-Rail Station Improvements,Pompano Beach(Design-Build Criteria Package),FL design,LEED certification,Low ': Served as project arborist performing tree observations using"Replacement Cost Method", Impact Development(LID),parks and ; "Trunk Formula method",and hazardous tree assessments to determine tree replacement/ recreation,urban design,Florida friendly mitigation requirements in relation to potential tree impacts.Coordinated with SFRTA staff landscaping,and streetscape design and design team to develop Site Plan Concept Alternatives for a Tri-Rail/bus transfer station Professional Credentials and assisted in selection of preferred design criteria plans and specifications for the design- • Bachelor of Science,Landscape build invitation for bid.The project included a station platform relocation and expansion; Architecture,The Ohio State University station structure with pedestrian overpass;bus facilities to accommodate pick-up,drop- • Registered Landscape Architect in off and exchange of passengers for various bus routes,taxi,and kiss-n-ride circulation Florida,North Carolina,Ohio,Missouri, ; improvements.2011 and Colorado,Connecticut • CLARE-Certified Landscape Architect West Villages 63-Acre Park,North Port,FL—Served as landscape architect.The 63-Acre • LEED AP,BD+C Park located in North Port was a collaborative process between Kimley-Hom,the West • ISA-Certified Arborist Villages Improvement District,the City of North Port Parks Advisory Board,and local citizens.We facilitated public workshops and produced a conceptual site plan that features: Professional Organizations environmental preservation,enhancement,and restoration;an aquatic center and water • American Society of Landscape park;an adult softball complex;covered basketball courts;a playground;nature trails;and Architects(ASLA) interpretive signage that highlights the site's natural beauty and ecosystems.Landscape • Florida Planning and Zoning Association architectural services included:facilitating public workshops;conceptual design and layout; (FPZA) design development of park features;construction documents;and coordination with • Council of Landscape Architectural the environmental consultant,park economist,and grants consultant to help ensure the Registration Boards(CLARE) economic viability and sustainability of the park.2008–2010. • International Society of Arboriculture (ISA) Kensington Park,Sarasota County,FL—Project manager and landscape architect working • Sarasota County Tree Advisory Council with Sarasota County Urban Forestry Program to assist in communicating their vision for (STAC)(2008–2014) ` reforestation of the urban canopy and neighborhood beautification.The project consisted • United States Green Building Council i of preparation of construction drawings,specifications,and construction phase services for (USGBC),Myakka River Branch, roadway landscaping and low impact development(LID)improvements along Prudence Founding Board Member,and Past Chair Boulevard,27th Parkway,and Gold Avenue,for a total of 2.4 miles.LID components consist • Florida Urban Forestry Council(FUFC) of Florida Friendly Landscaping,reduction of impervious pavement,pervious(Flexi-Pave) sidewalk,and a landscaped biodetention area for water quality improvements to the existing stormwater runoff.March 2009–December 2009. UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-16 Kimley>>>Horn 1 o es Iwo, ;. girk_A„u- . 7�i Services in Specialized Categories on an As-Needed-Basis Architecture RFO 2014-346-YG 2.3 Financial Capacity Kimley-Horn had its Dun&Bradstreet SQR Report sent directly to the Procurement Contact,Yusbel Gonzalez,CPPB(yusbelgonzalez@ miamibeachfl.gov)on October 14,2014.Kimley-Horn received an email from the City of Miami Beach on October 17,2014,confirming that the City received our Dun&Bradstreet SQR Report. We have included a copy of the Dun&Bradstreet SQR Report below. DNBi' Ii D&B Risk Management ATTN:Bennetta Sanders Report Printed:March 11,2010 Live Report : KIMLEY-HORN AND ASSOCIATES, INC. D-U-N-S®Number:06-109-9131 Trade Names:(SUBSIDIARY OF KIMLEY-HORN GROUP,INC.,THE,CARY,NC) Endorsement/Billing Reference:BennettaSanders®kimley-horn.com !D&B Address Added to PorttWio:04/02/2007 Address 3001 Weston Pkwy Location Type Headquarters(Subsidiary) Cary,NC-27513 Web www.urg-kha.00m Phone 919 677-2000 Fax Company Summary Score Bar D8B PAYDEX® PAYDEX® 75 D&B PAYDEX®:75 (Lowest Risk:100;Highest Risk:1) Commercial Credit Score Class ® When weighted by dollar amount,Payments to suppliers average 8 days beyond terms Financial Stress Class 3 Credit Limit-DAB Conservative 5400,000.00 Public Filings DAB Rating 1R4 The following data indudes both open and dosed filings found in D&B's database on this company. MB 3-month PAYDEX® Record Type Number of Most Recent Records Filing Date 3-month D&B PAYDEX®: 74 Bankruptcies 0 - (Lowest Risk:100;Highest Risk:1) When weighted by dollar amount.Payments to suppliers Judgments 1 06/21/02 average 9 Days Beyond Terms liens 0 - Suits 0 - D8B Company Overview ••• UCC's 4 07/31/08 This Is a headquarters(subsidiary)location The public record items contained herein may have been paid,terminated.vacated or released prior to Branch(es)or Division(o)exist Y todays date. Mailing Address PO Box 33068 Raleigh,NC27636 Corporate Linkage Chief Executive DON BARTLETT, _CHB Year Started _ 1967 This is a Headquarters(Subsidiary)location KIMLEY-HORN AND ASSOCIATES,INC. Management Control 2008 _ Cary,NC Employees 2177(200 Here)_, D-U-N-S®Number 06-109-9131 SIC 8711 The Parent Company is THE KIMLEY-HORN GROUP INC Line of business Engineering services North Carolina D-U-N-S®Number 19-156-3824 NAICS 541330 History Status CLEAR — Commercial Credit Score Class UL290026.140_Miami Beach AE As-Needed LA.indd Page 2-17 Kimley>>>Horn / Rofessiond ArchitecturalamEngineering _ _ Sery @es h E o ecialiv°o RFC) g09/30045-Ve Categories cul r °& N°°o o° asia Architecture iLANDscApe 3. Approach and Methodology Kimley-Horn understands that a successful design process requires direct input and involvement from the City,as well as effective and constant communication with the City throughout all phases.The daily management effort conducted under this contract will flow through and be directed by the project manager,George Puig,PLA,who will work with City staff in preparing or obtaining a scope for each work assignment,and then coordinate and assign the appropriate staff to perform each task.George will oversee the performance of the tasks to ensure high quality is maintained without impacting the scope or the schedule and will ensure that the quality control process is completed before the final submittal to the City. In addition,George will communicate with City staff in order to make sure they are fully aware of the Kimley-Horn will status of each task.Each landscape architectural assignment under this contract will be designed approach each and implemented in accordance with not just the landscape,tree protection,and other regulatory assignment with requirements of the City,County,and applicable state and federal agencies,but with a"best practice" a keen interest in approach that emphasizes cost-effective design,ease of contractibility and maintenance,and the community's sustainability. Finally,we will approach each assignment with a keen interest in the community's expressed desires for expressed desires for the project and will work with stakeholders and City staff to effectively solicit, the project. respond to,and incorporate public input,as appropriate for each project. A sample approach for a Landscape Architectural task order is as follows: Task 1—Project Initiation: Upon notification to proceed,the project team will meet with the City staff to review the proposed scope of work,project design objectives,schedule,and budget requirements.We will review available site and background data and will identify, with the City staff,any additional information necessary for the project.We will also visit the project site in order to become familiar with its context,site character,existing vegetation,and other opportunities and constraints.Finally,we will determine,with the City staff,the preferred methodology for any public input to the design process. Task 2—Program Confirmation&Concept and Schematic Design:We will develop drawings and other documents that confirm the required elements of the project design.These deliverables may include a Concept Plan or Schematic Design and a statement of program and budget parameters which will serve as the basis for subsequent design. Task 3—Permitting Process:The Kimley-Horn team recognizes the importance of expediting the permit approval process.Therefore, our team includes members who are able to identify regulatory requirements and fast-track the permit process in South Florida.At the initial design stage,it will be appropriate to secure initial review and approvals from the City,as well as from any agencies.We will contact regulatory agencies during the preliminary engineering phase of the project,attend pre-application meetings to elicit agencies' concerns,permitting constraints,and required approvals/permits for the project. Task 4—Final Design&Construction Documents:This task will include the design phases consistent with AIA standard documents, although these may be modified to fit each project.Design Development may be a discrete subtask or be combined with Contract Documents.During this stage of the project,submittals for City review,comment,and approval will be made at milestone intervals,which typically include Design Development,50%,90%,and Final Contract Documents.All submittals will be subject to Kimley-Hom's rigorous QA/QC reviews. Upon completion of the contract documents,a final"permit dry run"will be conducted,to address any outstanding permit issues prior to bidding. Task 5—Bid/Negotiation Phase Services:During this phase,we will assist the City with Pre-Bid Conference,responses to bidder inquiries,preparation of any Addenda,and review and evaluation of bids received and bidder qualifications. Task 6—Construction Phase Services:These services will commence upon award of a contract for construction and will conclude upon issuance of a Certificate of Final Completion,City acceptance of the project,and sign-off of all necessary regulatory agencies. UL290026.140_Miami Beach AE As-Needed LA.indd Page 3-1 Kimley>>>Horn I@fessi®na_ Arc _ 'ieetufa ' ► nee �o 1. Gmup Services in Specialized Categories on an As-Needed-Basis LA\ RFQ 2014-346-VG Architecture j ` '�. (IANDSCA..i Services provided during this phase include on-site progress of the work observations;progress meetings with Contractor and City; review of Contractor's Construction Schedule,Schedule of Values,materials submittals,shop drawings and pay applications;review of planting bed layouts;review of installed materials;inspection and punch list at Substantial Completion and at Final Completion. In addition,we will provide follow-up after construction is completed,typically in the form of follow-up inspections prior to the expiration of warranties approximately 1 year after completion of the project. Finally,if requested by the City,opinions of probable costs and CSI format written specifications will be developed for each project. Technical Approach to Projects Our project manager will work with the City on each assignment to ensure that the appropriate resources are selected for each project. Kimley-Horn maintains an experienced team of senior project managers,landscape architects,landscape analysts,certified arborists, and planners with expertise in a wide range of landscape architecture and problem solving services. Our staff routinely interacts with federal,state,and local government agencies.We are familiar with current environmental regulations, and remain well informed of proposed changes affecting environmental permitting and regulations to serve all our clients effectively. The Kimley-Horn landscape architecture team is fully qualified to perform the services required by the City of Miami Beach,and we do not anticipate that we will need to utilize the services of subconsultant firms. Quality Assurance/Quality Control Kimley-Horn's,commitment to project excellence is reflected in the fact that approximately 80 percent of our services are for repeat clients—a testament to our commitment to quality for every task,deliverable,and service provided.by the firm.Quality is a keystone principle of Kimley-Horn and is one of the key attributes that has enabled us to become one of the leading consulting firms in the country and it is absolutely essential to our continuing success.The objective of our QA/QC program is to help ensure that all deliverables conform to project requirements and are void of errors and omissions.Our QA/QC program is based on the philosophy that: • Quality is achieved by adequate planning,coordination,training,supervision,and technical direction;proper definition of the job requirements and procedures;understanding the scope of services;and the use of appropriately skilled personnel performing work functions carefully. • Quality is assured through the careful checking,reviewing,and surveying of work activities by individuals who are not directly responsible for performing the initial efforts. • Quality is controlled by assigning a manager to evaluate all work and procedures followed while providing the services. • Quality is verified through independent reviews by a qualified staff member of the processes,procedures,documentation, supervision,technical direction,and staffing associated with the project development.Project quality is"built-in,"not added on. Quality work is the direct result of careful,properly sequenced,and supervised production,and continuous checking of each work element for completion and correctness by the task leader and project manager. Our formal QA/QC program is based upon assigning experienced senior professionals—who are otherwise qualified to manage a particular project—to serve in an independent quality control role.Our staffing depth allows us to provide such personnel,and their involvement provides the project with a fresh perspective and critical eye. Our internal QA/QC program will include: • An internal kick-off meeting held with key team members assigned to the job to clearly define the scope,outline sub-task responsibilities,establish schedules,and identify project milestones and goals. UL290026.140_Miami Beach AE As-Needed LA.indd Page 3-2 Kimley>>>H o r n —`{'- �I'081p Ii®fesio Ar€hite®tur0 _-� •ineerino s - Services in Specialized Categories on an As-Needed-Basis R F Q 2 014-3 4 6-Y.G Architecture { • At the end of each phase,a QA/QC review will be conducted as one of several final checks to ensure that the project deliverable is technically correct and consistent with your objectives. • Any modifications required to respond to the comments and recommendations of the quality control team will be incorporated during the ongoing analysis prior to submitting our plans to you. Schedule and Availability Selecting the right Environmental Professional Consultant is perhaps the most critical element in this project's success.The City of Miami Beach needs a consultant that can navigate the wide-ranging responsibilities and challenges presented by this project with a clear, visionary approach,as well as a proactive partner who is familiar with the local community and your goals.Kimley-Horn's longstanding experience with communities in South Florida provides you with unmatched service,responsiveness,and essential local knowledge.We at Kimley-Horn feel we would make a perfect partner for your professional environmental engineering services contract. As project manager,George Puig,PLA,has direct responsibility for the performance of the firm on your assignments.He will be serving you from our Miami office,located less than 11 miles from Miami Beach.He is only a phone call and a short drive away. In fact,we have two South Florida offices located less than 40 minutes from your location.George is committed to providing you with excellent client service.As project manager,his primary role is to ensure effective communication between your staff and our team.He has the resources of the entire company available to him,should your project goals require additional support.We will be responsive,readily available,and will aggressively examine ways to reduce costs as we work with you to define specific needs and will implement sound planning and engineering solutions for your project needs. For each major task assigned,we will assemble a schedule that includes key milestone dates,develop planning approaches,explore potential cost-saving opportunities,launch designs,secure permits,and complete.design efforts with plans and specifications for the City. This includes a series of meetings between the City and our team to ensure a level of comfort throughout the various project steps.This approach maintains a solid level of involvement with your staff and results in a development plan that exceeds your expectations.Our cost estimates are carefully based on current construction costs,which result in accurate and realistic budgets. Workload and Availability Kimley-Horn is very progressive when it comes to understanding its current workload and has a long history of achieving successful project completion through a combination of effective project management and technical expertise.Consequently,Kimley-Horn is committed to providing the City of Miami Beach with the highest quality staff and service to meet your project schedule and budget requirements. The members of our project team were selected using two criteria:(1)their experience with similar projects,and(2)their availability to assume major technical responsibilities within your project schedule.Kimley-Hom's proactive management system,known as "castaheads,"is used to detail every project's personnel needs,as well as to determine each staff person's availability.By continuously matching project needs with staff availability,our cast-aheads system is an accurate tool for keeping our projects on schedule. Based on a review of our cast-aheads,we can assure you that the staff members selected for this team are available immediately to serve you,and are in an excellent position to handle the workload of any assignment you wish to give us. :.Team Availabil iy Primary. Project Team Members Role %Available I George Puig,PLA Project Manager 50% Jonathan Haigh,PLA Landscape Architect 40% UL290026.140_Miami Beach AE As-Needed LA.indd Page 3-3 Kim I ey>>>H o r n 0 o ' i � ro Group • Services in Specialized Categories'on an As-Needed-Basis Architecture + •- = ��. R F Q 2014-346-YG ;LA>Zscs P_, Team Availability Primary Project Team Members 1 Role %Available Kim Misek,ASLA Landscape Analyst 65% Dana Williamson Landscape Analyst 65% Stephen Feccia Landscape Analyst 60% Tricia Richter Landscape Analyst 55% Chris Hice,PLA,ASLA,LEED AP Landscape Architect/Certified Arborist 30% Willingness to Meet Time and Budget We recognize that budget and schedule control are critical to the success of your program.Meeting your schedule for deliverables is not just a goal to us—it is a mandate.A project schedule is a road map guiding us to a goal,completion of a project by a certain date. But experience has shown that no matter how carefully we plan,things can change.How successfully we adapt to those changes is in part a result of how well we manage our resources and understand the demands on them,both internal and external.Kimley-Horn has a track record of successfully completing projects on or ahead of schedule and within budget.This success is due,in part,to each project's schedule and budget being aggressively communicated to the project team by the project manager.Kimley-Horn takes pride in evaluating any unanticipated obstacles and making informed recommendations to overcome them before they impact the project's schedule and budget. In addition to our proactive communication,Kimley-Horn uses a work plan tool for organizing individual project tasks by phase and discipline.The anticipated labor effort is then summarized in a matrix that forms the basis for establishing and tracking the project budget.We track the budget on a percent-complete basis in order to measure performance during each accounting report period.Project budget status reports are accessible via our intranet. The work plan is also the tool for establishing staffing for each project and identifying the anticipated labor requirements of each phase. The work plan is reviewed frequently throughout the project and is used in conjunction with our in-house"cast-ahead"process to forecast project workloads.This program requires project managers to forecast,on a weekly basis,their staffing needs for the ensuing week.This "cast-ahead"process is followed by a weekly conference call among company resource managers to identify who is overloaded and who needs work.Resources are reallocated on a weekly basis as needed to meet client schedules. A similar process is conducted monthly as project managers forecast their resource needs during the next six months.This information is used to assess hiring needs.Conducted throughout the entire 2,200-person firm,these extra efforts are performed to make sure our project managers have the resources they need to meet our clients'needs. Available Facilities, Technological Capabilities, and Other Resources Kimley-Horn's Miami office is staffed with 37 permanent employees including 14 licensed engineers,3 landscape architects, 14 technical support staff,3 CADD operators,and 3 administrative personnel.The total square feet of our office is 10,793.We utilize a full range of automated office equipment to enhance our productivity and communications with clients.Our resources are perfectly suited to serve the needs of this request for professional services,and our graphics arts capabilities are fully available to support the media outreach strategies that may be necessary. At Kimley-Hom,we are always examining our use of technology to be sure it matches our clients'needs.We understand that you want a consultant who serves as a true extension of your staff and,as such,Kimley-Horn does whatever is required to make our communication and design methods compatible with our clients.Sometimes that means we develop a project website to enhance communication UL290026.140_Miami Beach AE As-Needed LA.indd Page 3-4 Kim I ey>>>H o r n 'E. 'session :: Arcs eeurinriee p 4. ,. - Services in Specialized Categories on an As-Needed-Basis - _ R F Q 2014-346-Y G ArC �i��Ctvre between project team members.Other times it means we need to upgrade to a specific version of design software to effectively collaborate with the team.Our clients,who represent a broad range of markets and disciplines,vary widely in technological capabilities and needs;for this reason,we continuously update our own software and hardware to remain current,while also maintaining previous versions"to serve those clients who choose not to update.By maintaining a library of resources we can cater to virtually any client in any application.Below we describe our equipment relative to these services;our extensive survey and engineering-related software and hardware are not discussed here,but full information can be provided,if needed. k -. - f Our firm has an internationally networked computer system that incorporates public and �` private datacenters that help our engineers and staff process data quickly and accurately. �� �; _ We will produce output using Microsoft Word,Excel,AutoCAD,Civil 3D,Microstation,and 5-�2y= --s. � Geopak. . In addition to networked computer systems with state-of-the-art storage and media transfer r - , 4.-D. capabilities,our offices are equipped with a complete array of output devices,including: =-4f, Y-t-- ' k; • Wireless accessr .. • 3D Plotters irf. : .. . ;. , s i_W,fit.Y = S ��P"+:,. S j E • Laser printers ' .ra>54- , , C® , ,,F • Color scanners r: ; � V t� `� 7.1. u „i • Color printers/copiers r. -8— ,. `! • Color plotters . J11 ”, {'� 9'1: _ ' -,:lit • Coil binding systems •�: -Y"-41- _ • Thermal laminators • SharePoint and FTP sites Kimley-Horn's Miami office Our graphics arts software capabilities include SketchUp,Adobe InDesign,Adobe Photoshop,Adobe Illustrator and Microsoft Office.Our presentation systems include high resolution digital projection of PowerPoint slide shows,interactive Smart Board displays and DVD video. In-house production capabilities also include foam-core presentation boards and multi-media displays.Kimley-Horn also maintains digital photography equipment,digital video recording and video editing/production hardware and software. UL290026.140_Miami Beach AE As-Needed LA.indd Page 3-5 Kimlep)>Horn Pomp D . D PROFESSIONAL Engineering (CIVIL) C -.9,1,, , -, l• , - 1 . LT!' i I /\‘‘ , Ln .. . -� � � • • ���,!),�1-{:. : in, ,, 0 . ,._. ..-_--)______ .„......., , ,, 0 0 - . . , „, _ ,. \ - 1 - ..._ , 1 . , ,, n 11 Nii, (--. ..e...xr.\„, ,. . ...:•_,iv: . .. .... 6-..,3 r11145--- . RV/ 10E- 6, 1 t ---' , Specialized Cate ories A4 . = : on an As-Needed-Basis RFQ 2014-346-YG LI PREPARED FOR 1;.:_.„.. ._-....r-7-..„.,_-2:_.`.,f-,,,--,,•,,,,.......-7;z:zz:4.:1-4,-....,,___________.----- \ c-r.i ...--:f .' 4111....146„., 1 eljr:i lil l' i 1. \\”'' r r` r ' v �.1'i• ''' I AM M I BEACH .. 11, 4,4,, 't::1c1 :p JKR 0 � +k.,i` `.l..{ • . ''� .041'' '! ` ) 1 *�\\; 1 r .'►P4Itif '' PREPARED BY �' k j 1, 1 �� 1j 1 '" 4 r w I KimIey ') Horn •,• ^ F';91 4A,1 4', •_'m/1 A. y C4 jr 1'�,°•3 �j'!f,'i4N tip*.•4 ' "k ��, ''"� 0Y290033.14 I lion- . '.th t€@tura. L S.: `=✓ o Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Table of Contents Section Tab/Page 1 . Cover Letter and Minimum Qualification Requirements 1.1 Cover Letter and Table of Contents 1-1 1.2 Response Certification, Questionnaire and Requirements Affidavit(Appendix A) 1-4 1.3 Minimum Qualifications Requirements 1-13 2. Experience and Qualifications _ — 2.1 Qualifications of Proposing Firm 2-1 _ � 2.2 Qualifications of Proposer Team (Architects and Engineers) 2-15 2.3 Financial Capacity 2 30 ���-� :.a 3 Approach and Methodology 3-1 _,t �� , 1 i ° . 1 1 \\\ 7, , a q\l'''. i' bi-- • . / J ' `t . a1.V ,'SCE.,r,";'\.";., ,,1 N—,_.\....— 4 i N rip` T ; - ' ' cam-'' 1 yi i 4 a r 0.+ i;a ! t, 1�a Pik" '' V V\.::,ti,�!. ,'. +t I(i l 1l `,J.,y 1�4 �'h:\,,}f II 11.X.' 1 fl Q,, ti r'7Ks.,iL•�f }�. . t� w �' TL r 1 A,, •a 1, 11 ti r1 v , , (\ � . ./y,��i ;9J J T i . 1 T t, v t• 4'.._ t3 ., , is ...::,' s_' .. .,.. Page 1-1 ' � i es€is i •Ar. � , innee;+ � irj Group �r r �*� Services in Specialized Categories on an As-Needed-Basis • f' 'A `tit•AreclOei,'c' ? ° ; p g Engineering RFQ 2 014 346 YG 1 .1 Cover Letter Kimley >> Horn December 2,2014 Yusbel Gonzalez,CPPB • 1700 Convention Center Drive,3rd Floor Procurement Department Miami Beach,FL 33139 RE: RFQ 2014-346-YG; Miami Beach Professional Architectural and Engineering Services in Specialized Categories on an As-Needed-Basis''; Group B— Engineering (Civil) Dear Ms.Gonzalez and Members of the Selection Committee: Kimley—Horn is responding to Miami Beach's RFQ 2014-346-YG to provide Professional Architectural and Engineering Services in Specialized Categories on an As-Needed Basis.We are interested in providing Service for Group-B-Engineering(Civil)services.We are certain we can provide the City of Miami Beach with the necessary resources to help the City in meet its goals.Kimley-Horn has assembled a comprehensive team of local experts who have the technical expertise to provide the city with unparalleled service.We have successfully provided the City engineering service on other occasions. In fact,Kimley-Horn has helped develop and structure Capital Improvement Programs for numerous cities throughout South Florida.This history,familiarity and relationships forged with government staff will enable us to operate effectively and efficiently as a seamless extension of the City.Our team is characterized by our motto,"We are in business to serve our clients."We offer a wide variety of services related to the recent changes in environmental policy concerning sea level rise.Therefore,we understand it will become increasingly important for the city to manage its resources. This will create new technical,economic,and compliance challenges that we can help the City successfully overcome as outlined in the General Engineering Contract. Why Kimley-Horn is Qualified for this Project The Kimley-Horn team can best serve you on this contract for the following reasons: As project manager, I will serve as the intermediary point-of-contact for this contract and allocate the necessary resources to service the scope of assigned tasks. I have more than 16 years of drainage design and project management experience in the public and private sector.This includes,roadway engineering,stormwater master plans,plans production,permitting,municipal design,stormwater modeling,and NDPES permitting.The collaborative efforts involved in constructing Civil Engineering projects has allowed me to develop excellent relationship with private consultants,local agencies,state agencies and municipalities.During my tenure with Florida Department of Transportation,I served on the technical advisory committee and I am well versed in trends in stormwater management and roadway design.As Kimley-Horn's project manager, I offer a single team that provides these and other unique services under one roof,which will be a great benefit and convenience for the City. We know the City of Miami Beach. Kimley-Horn is cognizant of the recent symposium and the concerns of rising sea level due to climate change and the dire effects on low lying areas.The forecasted sea level rise will present significant challenges for landlocked coastal communities.This will create new technical,economic,and environmental challenges.Our staff is comprised of drainage engineers with local experience who understand the site-specific conditions of Miami-Dade County Coastal Communities.We will provide lessons learned from our local experience,which will address planning,permitting,and design needs associated with increases in sea kimley-horn.com 1221 Brickell Avenue, Suite 400, Miami, FL 33131 305 673 2025 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 1-2 . . ;--= , ,. • , ' . r„ ,„-4.,4,_ ,�' '; IL ,_ _ _ ' ®; ss A. t :(t: .o nri Group• ':74.--%.-475, ,.�; r �. Services in S Specialized Cate Categories on an As-Needed-Basis . AM) 1 -. p 1 Engineering 1'. - r ^-,..,. RFQ 2014-346-YG - g�crr:u g is i=. ,, Kimley >) Hrn o level due to climate change.Our services include and stormwater pump station design,stormwater master plans,hydrological and hydraulic analysis,drainage system retrofitting,NPDES monitoring and compliance programs,stormwater utility fee planning,surface water quality monitoring,erosion and sediment control plans,and water control structures. We plan with an eye on implementation. Kimley-Hom has assigned an experienced project team to this contract that is comprised of local engineers who will provide the city with peerless expertise throughout the planning,design,and construction phases of the contract.We have a proven track record of providing technically sound deliverables on schedule and on budget. We are dedicated to exceeding the City of Miami Beach's expectations. In closing,our staff is well versed in technical challenges that are unique with infrastructure development within your community.Our technical expertise and firm-wide commitment to customer service and high professional standards have earned us peer and industry recognition.Given its importance, this contract needs to be in the hands of an established firm with local and national credentials,which make Kimley-Horn an ideal candidate for the City of Miami Beach General Engineering Contract.As a full service consulting firm,we offer a broad range of disciplines which include Stormwater Management,Civil Engineering,and Highway Engineering.Kimley-Horn is devoted to maintaining our relationship founded on trust,respect,and teamwork,and we look forward to continuing our strong partnership with the City of Miami Beach. If you have any further question about Kimley-Horn,please contact us at your convenience. We are always on-call. Very truly yours, KIMLEY HORN f5.2/241iiii lavt/t _ , Derrick Lewis,P.E. Jay Jackson,P.E. Project Manager Senior Vice President/Principal • `kmley-horh.com 1221 Brickell Avenue,Suite 400, Miami, FL 33131 305 673 2025 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 1-3 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact: Tel: Email: Yusbel Gonzalez 305.673.7000, Ext.6230 yusbelgonzalez nmiamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Kimley-Horn and Associates,Inc. No of Years in Business: 47 No of Years in Business Locally: 7 1 No of Employees: 2.276 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A • FIRM PRIMARY ADDRESS(HEADQUARTERS): 301 Weston Parkway CITY: Cary STATE: NC ZIP CODE: 27513 TELEPHONE NO.: (919)677-2000 TOLL FREE NO.: N/A FAX NO.: 919 677-2050 FIRM LOCAL ADDRESS: 1221 Brickell Avenue. Suite 400 CITY: Miami STATE: FL ZIP CODE: 33131 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Derrick Lewis, P.E. ACCOUNT REP TELEPHONE NO.: (305)673-2025 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: derrick.lewis @kimley-horn.com FEDERAL TAX IDENTIFICATION NO.: 56-0885615 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2014-346-YG Appendix A— Page 1 Page 1-4 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s)of any officer, director, agent, or immediate family member (spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates Please see attached response page included after Appendix A— Page 5 (Page 1-9). 3. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by an sublic sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please see attached response page included after Appendix A — Page 5 (Page 1-9). 5. Code of Business Ethics.Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. Please see attached "Kimley-Horn and Associates Business Code of Ethics for Miami-Dade County" which is located after the"Response Page"(Page 1-10). SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. 6. --• - - - - - •• -- _'• --- - - -- - - - -• - - :-• - ' --- - shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: Commencing with City fiscal year 2012 13(October 1, 2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commiscion be indexed annually for inflation .. _ ___ _ - ' '_ . _ - - _ _ •- _ _, o annual index shall exceed three percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is kFQ 2014-346-YG Appendix A— Page 2 Page 1-5 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 8. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Statement of Qualifications,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. RFQ 2014-346-YG Appendix A — Page 3 Page 1-6 9. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm R- ei.t R- -i.t Receipt .rte l Addendum 1 MM. Addendum 6 Addendum 11 NM= Addendum 2 IN, _ Addendum 7 Addendum 12 INIMI_ Addendum 3 NM Addendum 8 Addendum 13 Addendum 4 Addendum 9 _ Addendum 14 A ddendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. • RFQ 2014-346-YG Appendix A— Page 4 Page 1-7 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2014-346-YG Appendix A— Page 5 Page 1-8 Response Page #2 - Conflict of Interest No officer,director,or agent of Kimley-Horn, or their immediate family members, are also an employee of the City of Miami Beach. No City employee owns any interest in Kimley-Horn or its affiliates. #4 — Vendor Campaign Contributions Kimley-Horn and Associates, Inc. is wholly owned by Associates Groups Services, Inc.which is wholly owned by APHC, Inc. APHC, Inc. is owned by individuals that are Kimley-Horn employees, none of which own a controlling interest in the company. Neither Kimley-Horn nor its parent companies have contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Page 1-9 Kimley-Horn and Associates Business Code of Ethics for Miami-Dade County In accordance with Miami-Dade County Section 2-8.1(i) of the Miami-Dade County Code Kimley-Horn and Associates, Inc. affirms its commitment to the following Business Code of Ethics. One of the most significant factors for our business to succeed is continue to earn the respect and confidence of those we serve and work with on a daily basis. The key to retaining their respect and confidence is acting and conducting business in an ethical and professional manner. Each member of Kimley-Horn and Associates strives to adhere to the highest standards of professional conduct and business ethics. Kimley-Horn and Associates has adopted this voluntary code to describe our organizational behaviors and policies for our employees. Guide lines 1. Conduct business honestly, openly, fairly, and with integrity. 2. Comply with applicable laws, statutes, regulations and ordinances. 3. Adhere to individual professional code of ethics respective to each field of experience and professional registration. 4. Avoid known conflict of interest situations. 5. Never offer or accept illegal payments for services rendered. 6. Take appropriate corrective action against employees, consultants or contractors who act in a manner detrimental to the letter or spirit of this code. 7. Kimley-Horn will comply with all applicable governmental rules and regulations including, among others, the Miami-Dade County Conflict of Interest and Code of Ethics Ordinance and the Miami- Dade County False Claims Ordinance 8. Kimley-Horn shall comply with all applicable rules and regulations regarding Disadvantaged Business Enterprises, Black Business Enterprises , Hispanic Business Enterprises and Woman Business Enterprises (hereinafter collectively Minority Business Enterprises, MBE's) and Small Business Enterprises (CSBEs) and shall specifically prohibit the following practices: Page 1-10 (1) Pass-through Requirements. The Code shall prohibit pass-throughs whereby the prime firm requires that the MBE or CSBE firm accept payments as a MBE or CSBE and pass through those payments or a portion of those payments to another entity including, but not limited to, the owner/operator of the prime firm; (2) Rental Space Requirements, Equipment Requirements or Flat Overhead Fee Requirements. The Code shall prohibit rental space requirements, equipment requirements and/or flat overhead fee requirements, whereby the prime firm requires the MBE or CSBE firm to rent space or equipment from the prime firm or charges a flat overhead fee for the use of space, equipment, secretary, etc.; (3) Staffing Requirements. The Code shall prohibit a prime firm from mandating, as a condition to inclusion in the project, that a MBE or CSBE hire, fire, or promote certain individuals not employed by the prime firm, or utilize staff employed or previously employed by the prime firm. (4) MBE or CSBE staff utilization. The Code shall prohibit the prime firm from requiring the MBE or CSBE firm to provide more staff than is necessary and then utilizing the MBE or CSBE staff for other work to be performed by the prime firm. (5) Fraudulently creating, operating or representing MBE or CSBE. The Code shall prohibit a prime firm including, but not limited to, the owners/operators thereof from fraudulently creating, operating or representing an entity as a MBE or CSBE for purposes of qualifying for certification as a MBE or CSBE. 9. The Code shall also require that on any contract where MBE or CSBE participation is purported, the contract shall specify essential terms including, but not limited to, a specific statement regarding the percent of participation planned for MBEs or CSBEs, the timing of payments and when the work is to be performed. 10. The failure of a contractor to comply with its Code of Business Ethics may render any contract between the contractor and the County void, and subject violators to debarment from future County work pursuant to section 10-38(h)(2) of the Code of Miami-Dade County. The Inspector General shall be authorized to investigate any alleged violation by a contractor of its Code of Business Ethics. Page 1-11 PROPOSER CERTIFICATION I hereby certify that: I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Jay Jackson,P.E. Senior Vice President/Principal Signature of Propose ' Authorized••Iresentative: Date: December 1,2014 State of FLORIDA ) On this 1 srday ofPstatEg,20L1,personally appeared before meTPy R SLY.S341 who County of ca-tare- ) stated that (s)he is the SevP J PRInrcrP+t_ of 6 I -AoRA1 , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: ,,�a Notary Public State of Florida ;P ChaAene Kunotd Notary Public for the State o Florida My Commission FF 093962 Expires 02/78/2018 My Commission Expires: �—1 R—/ or RFQ 2014-346-YG Appendix A—Page 6 Professional Architectural ` ' .4i Services in Specialized Categories on an As-Needed-Basis F Q 2 014-3 4 6-Y G Engineering eGV4 1 .3 Minimum Qualifications Requirements Kimley-Horn Firm Licenses STATE OF FLORIDA State o f Florida DEPARTMENT OR BUSINESS AND PROFESSIONAL REGULATION cr..+ BOARD OF LANDSCAPE ARCHITECTURE Iv LlcewsE NUM!. ,. [-.awl LCC000219 A Board of Professional Engineers The LANDSCAPE ARCHITECT BUSINESS Named bexnv HAS REGISTERED Attests that Under the provisions of Chapter 481 FS date Kimlev-Horn&Associates. Inc. Expwahon NOV'0 2015 KIMLEY-HORN AND ASSOCIATES INC PC BOX 33068 RALEIGH NC 276353068 is authorized under the provisions of Section 71.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. Ill:1112 Expiration:2/28/2015 CA Lie.No: Audit No: 228201502592 Certificate of Authorization 6% RICK SCOTT ISSUER Ie2IrS013 SEaa Lt310210001450 KEN LAWSON GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY e • ' nor.Deperlimrt 41 eri,Wtwrr.nd f omurrav!krHm ••-J Division of C..nmer Services Liceese No.:LB6% STATE OF FLORIDA +' iim.rd+><Prneadr..l J.r.ey,.s asa Happen , DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 6cpiralilxl Date FeMuary 2A,_015 �TL'_. 1005 Ap.luahee Pkvq Tullearwe.Fl1rde 3139965011 BOARD OF PROFESSIONAL GEOLOGISTS r- M LICENSE NUMeee �a `• .175 The GEOLOGY BUSINESS Named below IS CERTIFIED Professional Surveyor and Mapper Business License Under the proviswns of Chapter 492 FS. Ueda the provisioes of Chaet 472,Mond.Solutes Expiration data:JUL 31.2016 pl ❑N *-C1 KIMLEY•HORN AND ASSOCIATES,INC. /'� KIMLEY-HORN AND ASSOCIATES INC �• 3001 WES1'ON PKWY /7 PO BOX 33068 CARY,NC 27513.2301 'ry+T^� RALEIGH NC 27836 ADAM H.PUTrNAM ❑R' 1,n 0 COMMISSIONER OF AGIUCULTURE S 1.1..r6w ro.Rrr,..r.rlNrer.r.mo.rw..roe rr..we.w-.,e,...25,5085 m.woe.suean. ISSUES: 07x202012 DISPLAY AS REQUIRED BY LAW SEae L140720000325 • • Kimley-Horn's State of State of Florida Florida Department of State f p Department of State Certificate I certify from the records of this office that KIMLEY-HORN AND ASSOCIATES,INC.is a North Carolina corporation authorized to transact business in the State of Florida,qualified on April 24,1968. The document number of this corporation is 821359. I further certify that said corporation has paid all fees due this office through December 31,2014,that its most recent annual report/uniform business report was filed on April 22,2014,and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital.this the Twenty-second day of April, 2014 . r TYM1YI: Secretary of State Authentication ID:CC6794125793 TO authenticate this certllkate,vhit the following,ite.nter this ID.and then follow the instructions dhplayed. https://efilesunbiz.orgicertaudiver.html 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 1-13 Kimley>>>Horn Professional ArchiteoturaIEngineering Group , -il B _ ,. ,_ __,.....,_ k u .. Services in Specialized Categories on an As-Needed-Basis -"mote V RFQ 2014-346-YG Engineering lovIL Kimley-Horn Staff Licenses State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Leonte lnosencio Almonte, P.E. Burt Luis Baldo, P.E. is licensed as a Professional Engineer under Chapter 471,Florida Statutes is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2015 P.E.Lic.No: Expiration:2/28/2015 P.E.Lit.No: Audit No: 228201529727 70822 Audit No: 228201513536 53120 State of Florida State of Florida Board of Professional En ineers Board of Professional Engineers Attests that g Attests that Aaron Edward Buchler, P.E. Thomas W. Farnan, P.E. Fi is licensed as a Professional Engineer under Chapter 471,Florida Statutes is licensed as a Professional ngineer under Chapter 471,Florida PStatutes Expiration:2/28/2015 P.E.Lic.No: Expiration:2/28/2015 Audit No: 228201527022 54606 Audit No: 228201513346 49143 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Juan E.Jimenez, P.E. Derrick C. Lewis, P.E. id' t A is licensed as a Professional ngtneer under Chapter 471,Florida Statutes 'n` g p is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2015 P.E.tic.No: Expiration:2/28/2015 P.E.Lic.No: Audit No: 228201513707 56704 Audit No: 228201531311 62965 State of Florida ail ti.1oul_cill (t.ct(111,, Board of Professional Engineers :tssi..XBetiitat 41 Attests that Mark N.Santos, P.E. oard Men.ir. d,..0 .a. ,t.,,l�.....yt ,..,.w d!,s„r�(.H.y.,,.lL,../a4 AFL �I!4r,tpat.ewo4,,,,4P...�Gkle a r/r.....la!/A.I, .f is licensed as a Professional er under Chapter 471,Florida Statutes Expiration:2/28/2015 P.E.tic.No: Audit No: 228201529668 70351 tiUt rtor of @Prietttr .0.«r.n...1.,wi"t(,.%..!,,'4..'44..4«.At...1 GF.,,,...s..0 1,4 .#,,,,...4.•..,.4#,..!d.0.u.1(i Juttr.1985. ,:�` 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 1-14 Kimley>>>Horn Professional Architectural AN©Engineering Group ervices in Specialized Categories on an As-Needed-Basis R F Q 2 0 1 4-3 4 6-Y G Engineering 2. Experience and Qualifications 2.1 Qualifications of Proposing Firm Firm Background - • ` �fi Kimley-Horn was founded in 1967 and is now one of the largest and fastest growing full-service consulting firms in Florida.Our permanent staff includes more than 2,290 professional,technical,and support staff nationwide and more than 470 employees in 15 offices throughout Florida. Kimley-Horn has four South Florida offices in Miami, Fort Lauderdale/Plantation, Boca-Delray,and West Palm f, Tampa. Beach with more than 200 staff available to serve you.As a civil engineering,planning,landscape Vero Beach architecture,and environmental services firm,Kimley-Horn offers a full range of consulting services sarasota ' j st Lucie to local,regional,national,and international clients. We remain one of the few employee-owned PortChario ' Fort My: ^' Palm Beach consulting firms in the nation. i____ Boca-Delray Fort Lauderdale Kimley-Horn provides an integrated spectrum of services designed to best meet your immediate ,• Miami needs,as well as your big picture priorities.We have extensive experience serving municipalities, counties,and governmental agencies.Additionally,many of our employees are former municipal engineers and planners.They have been on your side of the table and are familiar with local government procedures.Over the last 15 years,through our integration of site assessment and remediation with site civil design, permitting,and planning,Kimley-Horn has demonstrated that we have the expertise and civil engineering personnel to tackle any project that may arise in the City of Miami Beach. Kimley-Horn's quality work environment and stable employee base has led to recognition with two major employer-of-choice awards. Fortune magazine recently selected Kimley-Horn as one of its 100 Best Companies to Work For. In addition,Engineering News-Record ranked Kimley-Horn 33rd of 500 U.S.design firms, 15th in transportation,and 15th among"pure design firms"in 2014.Much of our growth extends from the confidence and trust that clients place in us. Kimley-Hom's long record of technical achievements is enhanced by our reputation for effective management and personal service. Our clients benefit from the resources of a nationally recognized organization while receiving the personal attention and response of a small dedicated professional team. Civil Engineering Civil engineering forms the backbone of Kimley-Horn's qualifications to provide services for the City of Miami Beach's Professional Architecture and Engineering Services in Specialized Categories on an"As-Needed Basis."In Florida,more than 100 of Kimley-Horn's staff are professionally registered as civil engineers.At Kimley-Horn,our professionals are experienced in parks and recreational facilities design,utility engineering,site planning and master planning,site grading,surface water management,and hydraulic/hydrologic modeling,among other areas of expertise.Kimley-Horn has the in-house capabilities to satisfy any civil engineering need required;this depth of resources means that clients will benefit from experienced professionals who practice civil engineering for public sector clients every day. in our Miami office,we have a talented group of civil engineers and support staff who have years of civil engineering experience.Their expertise with drainage design and permitting in the South Florida area is a key to our many successful projects.We are experienced in preparing permit applications for numerous federal,state,and local agencies,including the USACE,FDEP,various water management districts,and municipal and county engineering divisions.Our engineers and environmental scientists maintain regular contact with virtually all key regulatory agencies and their decision-makers.This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals. OY290033.140_Miami Beach AE As-Needed Civil.indd Page 2-1 Ki m I ey>>>H o r n ofeseiorti„ •� c)g-F gineenn 0 Group j LR , 1, Cjx .� Services in Specialized Categories on an As-Needed-Basis Engineering RFO 2014-346-YG v:L, It 4<r: ' Site Civil Ensuring that the client's vision for a development is achieved is a key focus of the land planning and subsequent civil engineering services conducted for a project.Kimley-Horn provides site civil engineering for a wide range of public and private sector projects and is experienced in addressing local regulations and working through existing site constraints to achieve the client's objectives. Preliminary engineering often includes: • Visiting and walking the site to identify development restrictions and specific design considerations • Meeting with local,state,and federal agencies to obtain record drawing information and development requirements specific to the project • Preparing conceptual water,sewer,paving,and grading plans to meet the client's development criteria • Attending kick-off meetings with the client,architect,or other representatives. • Engineering design services for the preparation of construction documents includes: • On-site paving systems • On-site drainage and grading systems • On-site sewer collection and transmission systems • Off-site roadway improvements • Access drives • Off-site utility extensions • Hydrology studies • Preparation of final opinion of probable construction cost Site Planning Our staff has experience investigating and solving complex planning issues.Conducting field investigations,collecting and analyzing background data,and establishing meaningful goals and objectives are all prerequisite steps in the planning process.We are aware of environmental and financial constraints normally associated with the land development process and are committed to developing plans that work for our clients.Maximizing the use of existing facilities is also an important consideration when developing cost-effective plans. Working in concert with our client,we provide land planning services to help create site plans with maximum development yield.Once completed,our engineers review site plans for: • Groundwater conditions • Easements • Stormwater retention • Ingress/egress conditions • Utilities availability • Dimensional controls Entitlements The land use entitlement process is just one step in the project lifecycle;however the right approach can spell success or failure for a project. Kimley-Horn's civil engineering staff is experienced,knowledgeable,and resourceful with a proven track record of successfully navigating projects through the often complicated entitlement process,especially in Florida.Our staff recognizes that managing a project site during this entitlement process requires expertise,communication and flexibility.Our relationships with city,county,and regulatory agencies throughout Florida have helped us understand each development requirement to the benefit of our clients.Steering through the entitlement process can be unpredictable;however Kimley-Horn uses its knowledge of the process and local relationships to produce timely and favorable outcomes. Structural Engineering Structural engineering is often integral to full-service civil engineering,and our structural engineers are experienced in design, construction inspection,and evaluation of buildings,parking facilities,water control structures,bridges,and roadway structures. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-2 Kim I ey>>>H o r n • Group .44 tivp resst0 61. 0 I r 11,0 fkz: • Services in Specialized Categories on an As-Needed-Basis Eng irrng R FO 2014-346-YG The design of structural components has a recognizable impact on the success of the overall project for our clients,as well as the community.Key structures associated with civil engineering projects such as bridges,retaining walls,abutments,foundations,and structural pavement must serve the needs of the community,promote accessibility and mobility,serve the project and its land use components,and be aesthetically pleasing. Kimley-Hom recognizes the importance of these structural components to the successful delivery of projects. Our structural engineering expertise includes: • Bridge design,inspection,replacement,and rehabilitation • Foundation design and analysis • Steel plate,steel box,post-tensioned concrete box,and • Traffic signal/light pole analysis precast concrete AASHTO girders • Structural analysis • Stormwater and water management structures • Plan review and preparation • Box culverts • Computer modeling • Pedestrian and bicycle structures • Construction phase services • Parking structures • Retaining walls and earth structures Structural engineering has been a specialty discipline at Kimley-Horn in Florida for more than 40 years. Kimley-Horn offers expertise in design,construction,inspection,and evaluation of a variety of structures,including culverts,buildings,parking facilities,seawalls, bridges,retaining walls,commercial facilities,warehouses,water plants,and water control structures. In addition,we provide forensic evaluations,hurricane preparedness,and damage assessment services.Our engineers are also very familiar with local,state,federal, and national design codes and requirements and well versed in the design and analysis of concrete,steel,wood,and masonry structures. In fact,our structural engineers have developed plans and specifications for more than 700 bridges and have inspected nearly 3,000-bridges for programs in several states.Kimley-Horn provides judicious and cost-effective use of non-destructive testing (NDT)methods(including GPR and Pulse Echo)and balances that with in-depth visual inspection methods.Kimley-Horn has provided assessment of NDT methods for unknown foundations,both in tidal and riverine environments for FDOT Districts One,Two,Five,Six, and Seven. Transportation Engineering For more than four decades,Kimley-Horn has been improving the transportation network in Florida as a consultant to cities,counties, transportation planning organizations(TPOs),and metropolitan planning organizations(MPOs).We are renowned for excellence in transportation planning,land use planning,and traffic engineering services.Kimley-Horn's wide spectrum of transportation experience includes the following: • Long-range transportation plans • Feasibility studies • Transit development planning • Geographic information systems(GIS) • Bicycle/pedestrian planning • Public involvement • Multimodal planning • Congestion management • Transportation modeling • Transportation demand management • Corridor studies • Transportation control measures • Roadway improvement projects • Intelligent transportation systems(ITS) • Roundabout projects • Funding assistance • Traffic impact analyses When it comes to Florida's transportation regulations,policies,and procedures,Kimley-Horn's knowledge is unsurpassed.Consultants with passion and devotion can generate extraordinary ideas—ideas that can transform communities.To maintain our reputation for cutting-edge consulting,we retain the most talented people in the consulting industry. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-3 Kimley>>>Horn L '�P P° ' r .- '. • IL _ fe 1Lo I f A r e inee p a Group Services in Specialized Categories on an As-Needed-Basis R F Q 2 014-3 4 6- G Engineering gi Y Roadway Design Approach Our roadway design approach is built on a foundation of collaboration and trust.We believe a successful approach involves working as an extension of your staff.Oftentimes on roadway improvement projects there are a multitude of ways to tackle a particular improvement. Because of this,it is very important to take the time to talk with your staff,review the project requirements,and conduct a field review so that the entire team understands the specific challenges we foresee on the project and develop an improvement plan that specifically meets the City's needs.By developing a solid understanding of each individual's perspective,we can streamline the design process by focusing on the needs that are absolutely critical for the City. Roadway design and planning is one of the mainstays of Kimley-Horn's professional practice.Collectively,the firm's engineers have been responsible for the design of more than 2,500 miles of roadway,much of it here in Florida. Kimley-Horn has provided these services for urban,rural,primary,secondary,and interstate roadways for clients ranging from municipalities to state departments of transportation. Kimley-Horn's in-house staff is equipped to address all aspects of roadway design projects,including intersection geometrics,utility relocations,traffic control,signalizations,signing and marking,and erosion control.In addition,paving and drainage services are often an integral part of our roadway design projects,and our substantial experience in dealing with regulatory and other agencies enables us to secure the necessary permits and approvals for building and upgrading roadway facilities. Roundabout Design Kimley-Horn offers the City of Miami Beach significant experience in the design of roundabout facilities. We have designed roundabouts for city,county,and state agencies throughout the country and have team members that are specifically trained in the process of designing roundabout facilities. Nationwide,Kimley-Horn has designed many roundabouts and performed numerous studies on the viability and justification of roundabouts and traffic circles.We have provided our clients with information both supporting and challenging the implementation and construction of traffic circles that are not necessarily warranted in every situation. Traffic circles,which pre-date the modem roundabout,are more widely used,though primarily for residential neighborhoods.As transportation plans continue to forecast future traffic volumes,these two devices are expected to become more widely accepted and implemented.As a part of our roundabout design work,Kimley-Horn examines high-capacity alternatives.We understand the benefits of choosing certain design details,such as entering radius,bypass lanes,appropriate circle diameter,and pedestrian/bicycle crossings. The advantages and disadvantages to various roundabout designs are clear to us,and we uphold a standard to deliver the most practical design for each distinct situation. Traffic Calming Traffic calming roadway improvements are another element that could result from this contract.Traffic calming elements are effective tools for controlling vehicle traffic speeds and volumes on roadways through various design features and strategies,and encourage driving behavior appropriate to the environment.Kimley-Horn's team of roadway designers,traffic engineers,and planners are experts at designing roadways that incorporate traffic calming features to control travel speeds and accommodate defined volumes of traffic. All reasonable efforts are made to restore a balance between automobiles,pedestrians,and bicycles while implementing traffic calming measures.When addressing the functional and aesthetic needs of roadways,our team emphasizes a wide variety of traffic calming measures,including but not limited to: • T"Neo-traditional"street design with narrower lanes,shorter blocks,intersections,and other design features to control traffic speed and volumes,while providing safer pedestrian crossings • Heavily landscaped medians that reduce the appearance of expansive paving that help slow traffic,lower the number of accidents,and promote pedestrian safety through the provision of median"refuges"at crosswalk locations • Street trees planted along a street to create a sense of enclosure and improve the pedestrian environment • Raised intersections(or speed tables)equal to the elevation of the sidewalk that redefine the street as a"pedestrian and bicycle area through which traffic must pass"versus traditional intersections 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-4 Kimley>>>Horn -:Ni A . a r hitecturJ erir j. Group yy Services in Specialized Categories on an As-Needed-Basis ;PS `s H p R F Q 2 014 3 4 6-Y G Engineering• III L �� t • Paving treatments and designs,including the use of pre-cast paving systems or color asphalt pavement mixes,that help to "announce"intersections or neighborhood gateways and provide original character and quality to the roadway corridor • Traffic circles and/or roundabouts that permit the development of major gateway features,calm through-traffic by reducing vehicle speeds,thereby increasing safety and,in many instances,improve the overall flow of traffic • Chicanes,also known as curb bulges or planters,on alternating sides of a street that force motorists to slow down These are just a few of the traffic calming measures we will consider,depending on the type of project need identified by the City of Miami Beach. Roadway Drainage/Stormwater Modeling Our drainage approach will vary significantly depending on the type of roadway project designed for the City of Miami Beach.Although the foundation of our approach will be consistent,how we will arrive at the outcome will ultimately depend on the individual aspects of each project.Our approach will start with a detailed field review and data reconnaissance of the existing drainage system in the project area.We intend to use City and County records to identify existing drainage features,as well as our detailed survey of the project site. Once the existing collection system is identified and verified,we will have the foundation for assessing the resulting impacts on the system. A routine roadway improvement project involving nothing more than the lengthening of a turn lane or minor widening may involve very minor drainage activities associated with evaluating the condition of the existing system,determining its capacity for handling the additional impervious area conveyed to it,and documenting that no adverse impacts are caused by the additional discharge.However,if the improvements are significant or if the existing collection system does not have the capacity to handle the additional flow,the drainage effort may be quite significant. Kimley-Horn's drainage design team will save the City time and money.Our experienced drainage design staff use a practical approach to solving complex problems.We understand the impact making major drainage improvements will have on existing utilities,adjacent parcels,and access and we have the experience to recommend alternatives that will effectively convey the stormwater yet will minimize adjacent impacts.Our practical approach toward addressing drainage issues has resulted in great success permitting most roadway improvement projects through the various agencies,including both SFWMD and FDOT.Our staff has designed both on-site and off-site detention systems to meet individual project requirements and those imposed by the water management district. Low Impact Design (LID) LID concepts may also be utilized for roadway improvement projects to provide an economical design and improve water quality for the City's receiving waters.Strategic use of properly selected and applied LID features can reduce the impacts to downstream stormwater bodies and help with permitting.This results in overall project benefits by improving the environment and expediting the permitting process.LID practices include minimizing fill within roadway footprint to retain as much existing storage a possible.Other LID concepts include retaining stormwater runoff as close to the source as possible.Providing bioswales adjacent to the roadway and depressing the median swale to capture stormwater runoff will reduce the cost of pipe to convey it to an outfall or pond and reduce the area that needs to be purchased for the pond,if necessary.While pavement needs to hold up to constant pressure from car and truck traffic,the incorporation of pervious pavement in the bike lanes with below ground storage would further reduce required pipe sizes and pond area necessary for traditional design techniques. Traffic Engineering Studies We offer complete traffic engineering services in-house.Kimley-Horn has completed thousands of traffic engineering projects,ranging from major area wide systems involving multiple roadway corridors to single intersection designs and analyses.Our traffic engineering staff includes experts in the areas of intersection design;signing and parking studies and plans;speed zoning studies;safety and operations studies and plans;accident analysis and testimony;pedestrian safety programs;innovative parking,access,and circulation studies;traffic calming;signal system design;and traffic engineering general consultation. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-5 Kim I ey>>>H or n ' 2 ': f a @ /r\j- it �� mfg s up 'tøkt,, ; Services in Specialized Categories on an As-Needed-Basis k, ;•-,� R F Q 2 014-3 4 6-Y G Engineering Transportation Modeling The engineers and planners at Kimley-Horn make it a point to remain at the forefront of computer modeling.We have been involved in the transportation modeling aspects of planning in Florida for more than 25 years.Our staff helped develop and have used the Florida Standard Urban Transportation Model Structure(FSUTMS)and TransCAD transportation planning model programs since their introduction,including significant experience with the Sarasota/Manatee/Charlotte(SMC)FSUTMS model.In fact,our firm served as the beta site for FSUTMS and TransCAD testing before it was released to the consulting industry and governmental agencies. Signalization Design Signal system design and implementation is one of the cornerstones of Kimley-Horn's professional practice.Over the past three decades,we have developed signal system plans and built dozens of systems.Our systems are based on open architecture concepts and each is designed to meet the singular needs of each client. Our systems specialists offer expertise that is unparalleled anywhere in the industry.In addition to comprehensive master planning for traffic signalization,our engineers have designed numerous plans to standardize traffic control systems and provide comprehensive systems communications.Advanced traffic management projects include citywide signal system designs,transportation control centers, electronic toll facilities and revenue control systems,and innovative transit and public transportation systems.Each of our systems is designed not only to address current needs,but also to accommodate future growth and advances in technology. We also use distributed architecture software packages that are designed to take advantage of the functionality of modern intersection controllers.Our software interfaces with NEMA controllers,as well as with NEMA TS-2, 170,or 2070 controllers.We frequently use the ORACLE database engine as a basic operating system. Kimley-Horn has participated in an extremely large number of signal system projects throughout the nation.Members of our staff have also assisted several clients during the selection and the administration of various procurement methods,including design-build.The firm has been responsible for virtually every aspect of traffic systems,including PD&E packages,conceptual designs,operational feasibility, communication architecture,system design,software development,and deployment and implementation plans. Water Resources The firm's water and wastewater capabilities encompass all planning,design,permitting,and construction observation services required from the onset of a project through the approval process to completion of the development.Kimley-Horn's staff of professionals has award-winning experience in the design of water treatment and distribution systems.We have a growing list of design projects,including reverse osmosis and membrane softening systems,wells,master pumping stations,metering stations,lift stations,and water storage facilities location and design.Most projects require our services for on-site water and wastewater collection and for connections to citywide distribution systems.This work includes designing to avoid underground conflicts with existing utilities,on-site system layout, and regulatory compliance. Our staff has worked with local public works departments and can provide utility engineering services for any size project.We have water distribution computer models for regional water supply planning or we can coordinate simple utility connections.We will organize our staff to meet your specific water and wastewater site development needs. Water resources services provided by our in-house professionals include: • Pump station design and permitting • Stormwater design and permitting • Utility master plans • Beach Outfall removal,modification and permitting • Stormwater modeling • Hydraulic Model Updates Water Treatment The firm's water treatment capabilities include a wide variety of advanced treatment-type projects.Our services include planning,design, permitting,and construction observation services required from the onset of a project through operational testing of the facilities.We 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-6 Kimley>>>H or n r I ® f/A le to I eTtP.' 1 Gmup Services in Specialized Categories on an As-Needed-Basis - � 4 RFQ 201.4-346-YG Engirl ring 17—is have provided water resources infrastructure consulting services including advanced treatment systems;reverse osmosis;membrane softening systems;wellfield development;grant funding;SCADA system improvements;permitting of membrane concentrate waste disposal; master pumping stations;metering stations;and water storage facilities.Recent projects have included many cost-saving approaches used at various treatment facilities,which have resulted in single-year return of investment. Hydraulics/Modeling.Our staff has hands-on,working knowledge of WaterCAD and WaterGEMS and is regularly involved with training and teaching of water and sewer system modeling.We have provided modeling services to many of our Florida clients.We have extensive hydraulic modeling expertise with water and wastewater piping networks. Pipelines/Horizontal Directional Drilling(HDD).Our staff has extensive experience with pipeline construction and HDD projects.We interact regularly and have long standing relationships with permitting agencies in procuring permits for unique HDD projects,including those involving subaqueous crossings under sensitive wetlands and under waters of the State.Representative projects include crossings of the Indian River Lagoon(an Outstanding Florida Water)and ocean outfalls that require special monitoring where drilling procedures are exposed to variable conditions. Pump Stations.Kimley-Horn has designed a multitude of pumping stations of many different types and sizes,for water,wastewater, stormwater,reuse,and seawater.Our experience includes pump station sizes from as small as 0.1-million gallons per day(MGD)in all types of applications throughout Florida up to more than 100 MGD for stormwater pumping stations located in the Everglades stormwater treatment areas.From massive water moving pumping stations to in-line sewage pumping stations,we have the expertise to complete these projects successfully. Wastewater Collection and Treatment Kimley-Horn offers the City of Miami Beach a wide range of experience,including wastewater treatment plant design,pump station design,force main systems,gravity systems,computer modeling,permitting,rehabilitation,advanced treatment technologies,chemical and process engineering,telemetry systems,effluent reuse and disposal,deep well injections,aquifer storage and recovery,and surface water discharge.We have a growing list of collection system condition assessment projects completed,including flow monitoring, hydraulic modeling,rehabilitation/replacement recommendation,capital improvement planning,master planning,rate studies,pipe lining, pipe bursting,bypass pumping,trenchless construction,and lift station assessment and improvements.Permitting remains a key task in any project under this contract and we have an excellent track record and strong relationships with regulatory agencies. Water System Modeling Whether you're telling a local land developer how to meet your utility's requirements,determining build-out for an entire county,or master planning a major system expansion,Kimley-Horn's modeling experts know how to make the most of existing data to predict how your facilities will perform.Our models can show you how to remedy an existing problem or how to phase small improvements to maximize system efficiency.We work with your existing maps and GIS or design and integrate a new GIS from scratch.Our extensive in-house library of modeling software can simulate your entire range of field conditions.Our engineers and scientists will expertly build and calibrate a model to help you: • Locate new connections to your water and sewer system • Determine normal and peak system demands • Determine fire hydrant pressure needs • Size and plan routes for force mains and water lines • Project capital budgets and update impact fees • Plan for water storage in normal and emergency situations • Optimize system operations to minimize capital expenditures 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-7 Kimley>))Horn gt • ofessonai /A r C jrneerinc. Group Services in Specialized Categories on an As-Needed-Basis RFQ 2 0 1 4-3 4 6-Y G Engineering '� -s Reuse Water Resources Kimley-Hom's water,reclaimed water,and wastewater capabilities encompass all planning,design,permitting,administration of utility agreements,and construction observation services required from the onset of a project through the approval process to completion of construction.Our projects include all types of master pumping stations,including effluent reuse and disposal, metering stations,lift stations,and water storage facilities location and design.This work includes designing to avoid underground conflicts with existing utilities,on-site system layout,and regulatory compliance.The firm is capable of providing full project planning,design,permitting, and construction observation services to assist you from the onset of a project through the approval process to completion of the final certifications. Most of the projects we work on require our services for on-site water distribution and wastewater collection and for connections to citywide distribution systems.This work includes designing to site-specific conditions relative to existing utilities,system layout,and regulatory permit compliance.We also have developed water distribution computer models for supply planning and we have coordinated simple utility connections. Coastal/Marine Engineering As specialists in the planning and design of marinas and waterfront developments,Kimley-Horn has completed a significant number of projects for both public-and private-sector clients.This extensive experience is as diverse as it is varied in levels of complexity.Our experience has involved assessing and/or designing marine and coastal structures,including seawalls/bulkheads,revetments,piers, docks,mooring facilities,rock groins and breakwaters,and other coastal structures.Our waterfront experience has included projects at Port Manatee,the Port of Fort Pierce,and the Port of Palm Beach.Our public-sector commercial marina and waterfront development experience includes the following example clients: • Town of Palm Beach;Town of Lantana • City of Riviera Beach;City of Boca Raton;City of Vero Beach;City of Palm Bay;City of Bradenton,City of Boynton Beach,City of Lake Worth,City of Ft.Pierce,City of Sebastian,City of Sarasota • Martin County;Sarasota County;St.Lucie County;Desoto County;Brevard County;Okeechobee County Our private sector clients have included land developers who are constructing new facilities or converting existing facilities;national and regional resort and marina developers;and local commercial marina,boat/building/boatyard facilities and private multi-slip facilities. Kimley-Horn's extensive coastal experience covers activities in the beach/dune,marine,and riverine environments,including beach/ dune nourishment/rehabilitation and erosion control/shoreline management;dredging;sediment and water quality sampling;hydraulic modeling;and bulkhead,seawall,revetment,pier,and jetty design. Kimley-Horn's diverse and varied project history in marina and waterfront development and coastal engineering illustrates our ability to effectively manage projects of different sizes and complexity, while providing close personal service and consistently meeting our client's schedules and budgets. Parking The world of parking is changing,and Kimley-Hom is adapting to help you meet these new challenges.Kimley-Horn has assembled an outstanding team of parking professionals with broad-based experience,enabling us to provide you with comprehensive parking solutions.We're ready to help you take your parking program to the next level.Whether your needs involve strategic planning, sustainable design solutions,new technology,or routine facility maintenance—we can help you. We've added nationally recognized parking experts in a variety of areas,enhancing our ability to serve you and your community. Our comprehensive service areas include: • Strategic Planning and Management Consulting • Technology Consulting • Design and Construction Phase Services • Maintenance and Restoration Services 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-8 Kimley>>>Horn i- - t - - .Professional ArchitecturalEngtneering roG up �Pi i ,,.s , f, ,` Services in Specialized Categories on an As-Needed-Basis • - . R F Q 2 014-3 4 6-Y G Engineering c V14 III The best way to understand the value our team offers is to experience it for yourself.Our parking professionals collaborate closely with Kimley-Horn's planners and engineers,providing you with a depth of understanding and resources unmatched in the parking industry. With a mindset that always takes the big picture into account,our team can help you explore solutions that fully integrate your parking system into the broader community.Whether it's helping your parking program serve as a catalyst for economic development,improving your program's image,enhancing customer service,reducing operating costs,or developing a sustainable new facility—Kimley-Horn can help you and your parking system reach the next level. Relevant Experience with Similar Projects Kimley-Horn has a distinguished history of successfully completing projects.Our success is due to a combination of effective project management,strong technical expertise,and a steadfast quality control program.The following is a sampling of similar projects performed by Kimley-Horn;we believe these projects best illustrate our team's qualifications and relevant experience for the City of Miami Beach civil engineering services. SR Alit (Collins Avenue) Pedestrian Corridor Study from 32nd Street to 38th Street Miami Beach, FL 2003-2011 The SR Al A(Collins Avenue)Pedestrian Corridor Study was commissioned by FDOT to evaluate the need for a pedestrian signal crossing of SR A1A between 32nd Street and 38th Street in Miami Beach.The area along SR A1A between these two pedestrian crossings experiences a high level of pedestrian activity due to a variety of factors,including the proximity of several hotels and apartment buildings,the beach adjacent to SR A1A,a lack of convenient parking,and a high density of transit service. Within the study area,Collins Avenue is part of a one-way pair providing northbound traffic flow in three lanes for SR A1A.Sidewalks exist along both sides of Collins Avenue.Sidewalks are also provided along most side streets that cross SR A1A between Collins Avenue and Indian Creek Drive,which provides southbound traffic flow in the area. Client Contact:Steven Craig James, 305-470-5200 steven.james @dot.state.fl.us Venetian Causeway Improvements from Bayshore Drive (Miami) to Alton Road (Miami Beach) Miami-Dade County, Florida AL 2006—2013 1111 __ r., Kimley-Horn has been associated with the Venetian Causeway project since _x.- 1996.After the Venetian Islands were placed on the National Register of Historic Places,the area was targeted for major roadway,utility,and aesthetic ; r ' :.,�" � ,M a _ _ improvements with the goal to restore the causeway and the islands to their A A. R na. lip Kir- original character. \ ‘;',7 j I ... ---,• \ Under the direction of Miami-Dade County Public Works,and coordination with 11 •, .. the City of Miami Beach and the City of Miami,our firm has been instrumental in 1 -•a developing a master plan and implementation strategy for these improvements for the Miami and Miami Beach area.Working closely with area residents and property owners,we completed the first phase of the master planning process and coordinated the planned improvements with property owners and regulatory agencies.This master plan was developed through extensive consensus building process with multiple stakeholders including Miami-Dade County,City of Miami Beach,City of Miami,Venetian Neighborhood Alliance, FDOT,and DERM. It outlined roadway,utility,and beautification enhancements to the causeway. Client Contact: Lana Moorey,P.E.,Miami-Dade County Public Works,(305)375-2863,Imoorey @miamidade.gov 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-9 Kim ley>>>Horn " P a'h�F I w.. RofessionatArchitecturaI ' En ineerin,; Group 'Services in Spec ialized Categories on an As-Needed-Basis - '„t.", -$1.40, z RFQ 2014-346-YG Engln rlr1C� Alton Road PD&E Study (5th Street to Michigan Avenue) Miami Beach, FL 2007-2010 The multi-use 1.5-mile corridor serves as a gateway to one of Florida's most popular tourist destinations,South Beach.The corridor accommodates multiple modes of transportation,including automobiles,bicycles,pedestrians,and buses,in a limited right-of-way,and includes a flyover ramp from eastbound SR A1A(MacArthur Causeway). Improvements were developed to address safety,drainage, traffic flow,pavement conditions,bicycle facilities,pedestrian facilities, mass transit,parking,and landscaping.Through the course of the study,three"build"alternatives were developed for the segment of Alton Road within the study limits and three"build"alternatives were developed for the"5th Street Flyover."In addition to the"build"alternatives,a"Transportation System Management(TSM)" alternative and the"no-build"alternative were also evaluated.All the above-mentioned alternatives were evaluated in a matrix against a set of criteria related to engineering details;construction feasibility;environmental,social,and physical impacts;costs;and multimodal accommodations.The project included extensive public outreach including the formation of a project advisory group of affected residents and business owners,presentations to a number of advisory boards of the City of Miami-Beach and the Miami-Dade Metropolitan Planning Organization,and the endorsement of the study's preferred alternative by the City of Miami Beach's Commission. The Corridor Alton Road/SR 907 is a vibrant,multiuse corridor that serves as a gateway to one of South Florida's most popular tourist destinations— South Beach.This roadway currently accommodates multiple modes of transportation(automobiles,bicycles,pedestrians,and buses)in a limited right-of-way.Consequently,there are several congested intersections along the corridor,especially at Dade Boulevard and 17th Street.Although congestion remains the primary concern,other challenges identified along the corridor include drainage,structural,and environmental deficiencies. The Plan Before , The Florida Department of Transportation District Six has taken the first step toward improving this important corridor by initiating a Project Development and Environment Study(PD&E Study).The PD&E Study identified potential gy' improvements on Alton Road from 5th Street to Michigan Avenue(north of 20th 1 - + ' Street), including the flyover from eastbound SR Al A(MacArthur Causeway). �i 't.�. �` pegs _ —._ Improvements will address: y • Safety • Drainage • Traffic flow • Pavement conditions • Bicycle facilities inumm • Pedestrian facilities(in compliance with Americans with Disabilities Act) After • Mass transit • Parking • Landscaping and aesthetics °' The PD&E Study evaluated the physical,natural,and social aspects of the corridor 'i � and identified alternatives for improvements.The Study also developed and , ads 1 -1 evaluated multiple alternatives for improving the flyover ramp. Client Contact: Nicholas Danu, FDOT District Six,(305)470-5100, i -� nicholas.danu @dot.state.fl.us -, 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-10 Kimley>>>Horn I A Group NDEngineering Rpte s siana Architectural , . Services in Specialized Categories on an As-Needed-Basis _ Engineering lnering , '0tr., ..l�°�" R F Q 2 0 1 4-3 4 6-Y G -._ ;CS"Li Town of Palm Beach D-9 Stormwater Pump Station and Collection System Piping Town of Palm Beach, FL 2006—2010 The Town of Palm Beach again retained Kimley-Horn to perform the design,permitting,bid,and construction phase services for the D-9 Stormwater Pump Station that is located at the north end of the Town of Palm Beach.The project was developed through a recognized need to mechanically and electrically update the station to provide a higher level of station reliability and increased protection against flooding in the D-9 drainage basin,which covers nearly 85 acres of residential land area. The original station was constructed in the early 1980s and consisted of a below grade wetwell and discharge chamber with a pump bay, FPL transformer vault,and mechanical room constructed directly above the wetwell.The outfall to the Intracoastal Waterway(ICW)is approximately 190 feet to the east of the station location and stormwater is transmitted to the outfall through a 60-inch RCP pipeline. This project's design consisted of rehabilitating the existing pump station by replacing the entire electrical,mechanical,and pumping systems.The station's 52,000 GPM capacity was increased to 55,000 GPM with two 27,500-GPM main stormwater pumps rated at 215 HP each.A 6,000 GPM duty pump was also included in the station's design.The master drainage permit that was issued by the South Florida Water Management District required that the outfall be retrofitted with a velocity diffuser to mitigate for the scouring effects that the increase in how would otherwise have near the shoreline of the ICW.Station noise levels and aesthetics were of particular importance during the design process as the station is adjacent to residential properties on all sides. In fact,the pump station is located within 30 feet of a private residence. Kimley-Horn began the project by developing several design alternatives for the station rehabilitation.This approach is similar to the one we are proposing for your - project.This gave the Town the option of choosing the • alternative that best suited their needs and the needs , of nearby residents.Design alternatives included both • - z air and water cooled generators,interior and exterior generator installations,building expansion or partial station demolition,and reconstruction. Ultimately,the Town chose to partially demolish the existing station and - reconstruct the mechanical room with interior,air-cooled V Pro,°°M generators to provide emergency backup power. °"'G"', '""""'""' Once the station design concept and layout was finalized, Kimley-Hom proceeded to the detailed design phase of the project. Kimley- Horn developed construction plans,which included a new outfall velocity diffuser structure,collection system upgrades,pump bay retrofits, pump selection,mechanical building reconstruction,selection of two generators,sound attenuation design,and ventilation system design. Kimley-Horn also performed a detailed assessment of the outfall piping to determine its structural condition.Our staff physically entered the pipeline during low tide and visually observed and recorded any defects within the pipe.These defects were then quantified so a remediation plan could be developed.During construction,point repairs were made and the entire pipeline was provided with an epoxy based pipe lining. Reconstruction of the mechanical building was required to house the sound attenuation equipment for the new generators.The building was constructed directly above the wetwell and within the footprint of the existing station to avoid encroaching onto private property and violating setback criteria. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-11 Kimley>>>Horn , 4 Professional Architectural ANDEngineering Group Services in Specialized Categories on an As-Needed-Basis R F Q 2 0 1 4-3 4 6-Y G Engineering icv.i, The building was constructed approximately twice as high as the previous structure to allow room for vertically installed duct silencing equipment.Because it was decided • to install air cooled generators,a significant number of duct silencers were required to • attenuate the sound and accommodate the required air flow without inducing high head F losses that would de-rate the generator.The intake and exhaust plenums for the s` �7J11� generators consist of vertical air shafts that are concealed within the building envelope r and fitted with 16 duct silencers.The shafts and silencers were sized to minimize head loss through the building so the generators could perform at peak capacity while at the same time reducing noise levels to less than 65 dBA directly outside the building to comply with the Town's code.Two generators were selected;a 600-kW generator to power the two main pumps and a 100kW generator to power the control system,duty pump,and a nearby sanitary lift station.The decision to install two generators was y-�— driven by operating cost.The main pumps would likely only be called to run during a storm event. If there was an extended power outage,it would not be economical to run _ a very large generator to keep the control system operational and run the connected lift station since there would likely be little to no demand for the main pumps after the .M storm.Therefore,all station elements beyond the main pumps were assigned to the _', smaller generator to keep operating costs low and increase run time based on the available fuel storage at the site. The design also included the conversion of an existing FPL transformer vault into the upgraded station's electrical room.This required extensive coordination with FPL as the transformers required replacement and relocation as well as an upgrade in size to handle the increased electrical load. The roof of the pump bay was also removed in the design and replaced with an outdoor pump hoist system to allow pumps to be removed from the wetwell and laterally transported outside the limits of the pump station directly onto a waiting truck.All of this is accomplished without the use of any cranes,truck mounted hoists,or dolly equipment. Another important design consideration was aesthetics.The finished station needed to be heavily landscaped and painted with a color scheme that complimented the existing architecture of the neighborhood.The goal of the station's architecture,landscaping,and color scheme was to convince the passerby that this facility was likely a guest house or garage of one of the adjacent homes.This was done to please the adjacent residents and to provide a facility that lives up to the high standards of aesthetics that are required in the Town of Palm Beach. Kimley-Horn also provided bid and construction phase services for the project. Because the station needed to stay in service throughout the duration of the construction,we worked with the contractor to develop a work sequence that accomplished this goal. First,a new FPL service and transformer was constructed.Then a temporary motor control center(MCC)shelter was constructed on site by making use of a shipping container.The existing MCC was then relocated to the shelter and the existing main pumps reconnected.The transformer vault was then converted to the new electrical room while at the same time the existing mechanical room was demolished and reconstructed in the same location.The main pumps were removed and replaced with the new pumps one at a time and placed into service.Temporary pumps were used on an as-needed basis to provide by-pass pumping while the wetwell and pump bay retrofits were constructed.The construction of this station is currently nearing completion with the start up and testing phase approaching shortly. Client Contact:Jim Bowser,P.E.,Town Engineer,Town of Palm Beach,(561)838-5440,JBowser @townofpalmbeach.com 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-12 Ki m l ey>>>H o r n . t k , Group I Rofessional Architectu r al Engineerin e rvices in Specialized Categories on an As-Needed-Basis. . 'r , - . -r4. R F Q 2 0 1 4-3 4 6-Y G P Engineering Worth Avenue Restoration . , . 1 Palm Beach, FL ''�` ,,f �'�' d l 2009—2010 Recognized along with Rodeo Drive and Fifth Avenue,Palm Beach's Worth Avenue is an r, . internationally known shopping destination for the rich and famous. Bringing new life to this , retail mecca is just one of the many projects Kimley-Horn has successfully completed while -y partnering with the Town of Palm Beach. t �I� , Renovating this noted locale included the construction of a clock tower,living wall,fountains, , . - ^`I 1 nxii piazza,new roadway section,replacement and modification of various underground utilities, -'! . r , conversion of overhead FPL/AT&T/Comcast facilities to underground facilities, replacement r "" of sidewalks with decorative tabby concrete,and the introduction of many landscaping and y I architectural elements throughout the corridor.Kimley-Horn served as the civil and traffic � �'�P-��= - engineer for this exciting project brought to life by a group of property owners along Worth 5; ' - 1 741- Avenue who wanted to revitalize the area and bring it back to its former glory. -'mil' f,. While the"facelift"components of the project are obvious,numerous infrastructure elements required creativity from Kimley-Horn's engineers to solve.To accommodate the Town's request to widen the avenue's sidewalks while still allowing on-street parking,the travel lanes were narrowed.This created wider sidewalks while slowing down traffic for pedestrian safety. Numerous mid-block cross walks were added along with pedestrian nodes that not only create gathering areas and pockets of interesting landscaping and hardscaping,but also greatly increased pedestrian visibility to passing motorists. '' ,. /4' '`• Because the project had to be completed within a very tight,eight-month time ';:v.,,..' .4., a frame,it was imperative that existing conditions,both above and below ground, 1f`. ,� were thoroughly researched and documented.There would be no room in the schedule for surprises in the form of unknown utilities or structures,which can - .t- ,. . f r - be a significant challenge for a roadway that was originally constructed in the 4/4_ ' ' 1- " :, lot::;,+Ili i late 1800s.Kimley-Horn extensively researched public records,historical r � .i ,f I a� photographs,and record drawings as well as dug numerous test holes to t� ?+ , '" �_-, 1 I i • I develop an accurate base map of the existing conditions.This effort proved to ! be invaluable by providing the contractor accurate plans and allowing \ ~""� construction to stay on schedule without delays. One of the most significant challenges on the project was the grading. None of the \ , ► i 1.— existing sidewalks conformed to the current ADA accessibility code.This created -.v., .$4 1 the need to change the roadway section to allow accessible routes on both sides , j ''I'V }; ' TP1 , ' .i� of the road while taking into account the widely varying finished floor elevations ,; tf, -`.,. and doorway locations.The road grades also needed to remain generally the same ; �., 1 ,i.- .., ** I y Y in order to maintain the existing drainage trunkline,which offered a significant -. _. construction cost savings,and to minimize impacts to the area's floodplain storage. , With creative grading and a new W-shaped roadway section,these objectives were ,,w6 achieved and the pedestrian areas are now ADA compliant. ,_<-- The design was completed in January 2010,construction began in April 2010 and ~• --A,-4'�` -;!. was completed in November 2010 on time and under budget. Client Contact:Eric Brown,Town of Palm Beach,(561)838-5440, EBrown @TownofPalmBeach.com 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-13 Kimley>>>Horn 4,x ` ;m1"1'4.'":1111111,, \\ fes Gro up • j 4 rL iw' Services in Specialized Categories on an As-Needed-Basis �t p Engineering �' M-4 RFQ 2014-346-YG w:, II �.- Public Involvement Approach A strong partnership with the community is critical to the success of most improvement projects and other intended enhancements. The people who ultimately use the facilities can provide valuable insight into possible design enhancements.After the design effort is complete,maintaining communication with community members continues to build trust and facilitates the construction phase. Our team brings experience from a wide variety of public and private projects,including roadway planning studies, traffic studies, and infrastructure improvement projects located throughout the state.Due to the significance of your possible future improvement projects and the fact that building public support is vital to the success of any project,we have many years of experience developing positive public support for infrastructure improvement projects and will prove to be a significant asset for this library contract. Our team can offer: • Charrette design and facilitation • GIS analysis and graphics • Workshop design and facilitation • Extensive graphics support,including 3-D modeling,as • Innovative notification techniques demonstrated in this response to proposal Kimley-Horn's award-winning,innovative ideas will mean the successful completion of your project.We understand that many projects require community involvement and acceptance,and we have developed effective methods of bringing the community into the process. Our team is committed to conducting public participation programs that educate,inform,and build consensus for a particular solution.Because each project is different in terms of the stakeholders and the critical issues involved,we tailor each public involvement program to specifically address the needs of your individual project.We are known for developing innovative approaches to projects that involve public participation.We understand that some projects require community involvement and acceptance,and we have developed effective methods of bringing the community into the process,listening to them,and providing them with the necessary information and guidance. Permitting Experience Kimley-Horn understands and respects that the City of Miami Beach does not want its projects delayed due to long permit review processes.We thoroughly understand the permitting application cycle and what constitutes a comprehensive submittal.We have the knowledge and experience to prepare project information in the concise format that agencies prefer.Our goal is to have a complete submission the first time around. Kimley-Horn's engineers and planners maintain regular contact with virtually all key regulatory agencies and their decision makers. This rich network of interpersonal relationships enables us to provide expeditious services relative to agency reviews and approvals.Our staff not only understands agency procedures but also their expectations,enabling us to minimize delays and rework of our clients'submittals.We are currently under contract for engineering and planning or have prior experience and familiarity with all the entities and agencies that may be associated with City of Miami Beach projects,including FDEP,FDOT,SFWMD,and Miami-Dade County.Our staff has a comprehensive understanding of the various local,state,and federal permitting agency criteria.Our success in permitting is attributed to four distinct aspects:knowledge of the criteria,early agency coordination,proper documentation, and relationships that are built on years of trust with the agencies.Through past experience,we have learned that an early consensus- building phase usually will flush out issues of concern to the agencies and involve them in the project planning process.Our pre-selling efforts allow us to cost-effectively tailor our design solutions to the types of"deal or no-deal"issues most important to those agencies before they ultimately review a design or permit package.The most critical part of successful and timely permitting is early upfront coordination with the respective agencies. Our proposed team has the experience to submit and obtain permits for every type of conceivable project anticipated under this RFP.Kimley-Horn has the depth of resources and experience throughout Florida to address all your permitting issues.Kimley-Horn 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-14 Kimley>>>Horn 6 Group i,„„, • �.,.:'_"" i' �. A hi e f' � ;• " �: = Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Engineering currently anticipates that under this contract permitting could be required with the South Florida Water Management District,Florida Department of Transportation,Florida Department of Environmental Protection and possibly local governments. At the inception of a project,once the existing conditions are evaluated,we hold early pre-application meetings to discuss the project's intent and to gain early feedback from the agencies to tailor the project to meet the relevant agencies criteria.Our first approach is to always seek an exemption or noticed general permit for smaller projects such as minor roadway improvements,pedestrian enhancement,and pavement rehabilitation. For larger projects,the early meeting with the agency will determine the appropriate permit type,while making them part of the design decision prior to effort being expended.Meetings are then followed up through the use of meeting minutes to ensure clear understanding of all parties involved.The construction documents and permit packages then become the fruition of early coordination efforts which ultimately reduce permitting timeframes while minimizing the effort expended. Florida Department of Transportation if any of the proposed roadway improvement projects fall within the limits of the Florida Department of Transportation right-of-way,we will be required to obtain a driveway connection permit in order to allow any construction activities to occur within the FDOT's right-of- way.If it becomes necessary to modify or discharge to a FDOT drainage system,we will obtain a FDOT drainage connection permit.Our staff has acquired both permits on many different types of projects and understands what the FDOT is looking for during their permitting process.These type of projects are generally called"permit"projects. South Florida Water Management District(SFWMD) Kimley-Horn has worked on numerous projects for SFWMD and is therefore familiar with the agency's standards and requirements.Kimley-Hom knows that SFWMD revised rule for Exemptions,as it pertains to permitting for certain minor roadway safety-related improvements,such as construction of sidewalks,turn lanes,intersection improvements,road widening,shoulder paving, and recreational trails located along new and existing roadways sections.The activities which are now exempt from SFWMD permitting include sidewalks six feet or less in width constructed along roadways and which do not obstruct or impound surface waters;turn lanes less than 0.25 miles in length and other intersection improvements;road widening and shoulder paving projects which do not create additional traffic lanes;and recreational paths for non-motorized vehicles located along roadways and limited to eight feet in width for unidirectional paths or 12 feet in width for bidirectional paths. Interpretation of the previous rules by the local water management district usually involved providing water quality improvements in order to gain approvals. Impacts to existing ditches generally required mitigation of lost water quality benefits regardless of the ditch being claimed as another surface water or not.Kimley-Horn values that this rule revision should significantly reduce the level of permitting required for most of the City's roadway improvement projects constructed through this RFP;however,impacts to existing wetlands,other surface waters,and possibly existing ditches by these improvements will require permitting through SFWMD.Most roadway improvement projects will still require coordination and submittal to SFWMD for an issuance of a"No Permit Required." Florida Department of Environmental Protection Knowledge Kimley-Hom has a great deal of experience obtaining approvals from the Florida Department of Environmental Protection(FDEP)and the FDEP could be involved in several aspects of permitting on your City projects.Our staff can coordinate and follow through on project elements that may involve FDEP regulation,such as: • FDEP Coastal Construction Control Line Program(CCCL)that is essential to Florida's coastal management program. It provides protection for Florida's beaches and dunes while assuring reasonable use of private property. Recognizing the value of the State's beaches,the Florida legislature initiated the CCCL to protect the coastal system from improperly sited and designed structures which can destabilize or destroy the beach and dune system.Once destabilized,the valuable natural resources are lost,as are its important values for recreation,upland property protection,and environmental habitat.Adoption of a coastal construction control line establishes an area of jurisdiction in which special siting and design criteria are applied for construction and related activities.These standards may be more stringent than those already applied in the rest of the coastal building zone because of the greater forces expected to occur in the more seaward zone of the beach during a storm event. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-15 Kimley>>>Horn -- Group N �� ° 5t.o� a ,A. ; i te@ �r n p- Services in Specialized Categories on an As-Needed-Basis • ;1 V& RFQ 2014-346-YG Engine2nng 11 1_. .. tcva, � -"� • Projects inside the CCCL that are proposed below the Mean High Water elevation are classified by the State as Sovereign and Submerged lands.Work performed in these areas that are not in an existing easement can delay construction until such easements are obtained or modified. • Required authorization for any construction on or use of submerged lands owned by the State.This includes activities such as dredging and filling.Typical construction projects on sovereign submerged lands include docks,piers,seawalls,and dredging of access channels. • The Board of Trustees of the Internal Improvement.Trust Fund serves as the proprietor of these State-owned lands and determines how the public's interests may best be served.The largest projects are reviewed by the Board,while staff of the FDEP or the local water management district have been delegated the authority to take action on most authorizations. • Pre-construction permits for all projects that disturb more than an acre of area.These permits are required to control sediment transport from the construction site.This permit,known as the National Pollutant Discharge Elimination System(NPDES),is normally applied just prior to the start of construction.Components of this plan such as a stormwater pollution prevention plan or erosion control plan are normally approved as part of the environmental resource permit process.Additional information such as describing the water body in relation to where the project outfalls along with a review fee,typically complete the components for obtaining a permit. Florida Department of Environmental Protection Experience in addition to assisting clients with FDEP coordination,Kimley-Horn continues to maintain a strong working relationship with FDEP on many projects.We know FDEP staff and procedures,and will work closely with FDEP to manage regulatory efforts as needed for the City's projects.We are experienced in preparing permit applications for these agencies,know what is required to gain approval,and excel in providing the high level of coordination that facilitates the permitting process.Kimley-Horn projects for FDEP include: • Surveying and Mapping Services • Riverfront Improvements/Pine Grove Campground at Jonathan Dickinson State Park,Hobe Sound,FL • Tomoka State Park,Flagler Beach,FL • Wekiwa Springs State Park,Seminole County,FL • Manatee Habitat Restoration at Homosassa Springs Wildlife State Park,Homosassa Springs,FL • Lover's Key State Park,Fort Myers Beach,FL • Eden Gardens State Park,Santa Rosa Beach(Walton County),FL • Collier-Seminole State Park Campground,Naples,FL • Equestrian Center at Amelia Island State Park,Fernandina Beach,FL • Flagler Beach State Park,Flagler Beach,FL • Gold Head Branch State Park,Keystone Heights(Clay County),FL As showcased in our discussion above,we have excellent working relationships with these agencies and approach each of them by representing all of our clients in a professional manner that strives to meet the governing intent of the agency,the safety of the public, and the needs of our client.We have the hands-on,field-tested experience to know what is relevant in your context.Our reliable, established contacts with federal,state,and local agencies mean we often can get early,candid assessments of your project's permit- ability or compliance issues.Kimley-Hom's scientists and engineers also present at national conferences and serve on local review boards to help develop regulatory programs and protocols that are workable for our clients.Our proactive involvement allows us to safeguard your interests long before regulatory changes occur. Construction Phase Services Kimley-Horn offers construction observation and administrative services during the construction phase of a project.These services include assisting in the bidding process,providing a full-or part-time construction observation representative,reviewing monthly OY290033.14O_Miami Beach AE As-Needed Civil.indd Page 2-16 Kimley>>>Horn y Y. - ... a e -:sic) c A re ie @t at f; e ;in,. - Group Services in Specialized Categories on an As-Needed-Basis P g Engineering RFQ 2014-346-YG iGV,LI quantities and pay estimates,evaluating equipment delivered as compared to shop drawings,coordinating punch list observations,and coordinating materials testing.Kimley-Horn provides construction phase services for many of our public and private sector improvement projects. Once you begin construction,it is important to establish clear lines of communication that will be maintained throughout.Kimley-Horn will provide professional construction phase services for the project.These services are as follows: a) Pre-Construction Conference.Kimley-Horn will attend a pre-construction conference prior to commencement of work at the site. b) Visits to Site and Observation of Construction.Kimley-Horn will provide on-site construction observation services during the construction phase of the subject project. c) Recommendations with Respect to Defective Work.Kimley-Horn will make recommendations to the City while work is in progress.Kimley-Horn will monitor such work to verify that it conforms generally to contract documents or that it will not prejudice the integrity of the design concept. d) Clarifications and Interpretations.Kimley-Horn will issue necessary clarifications and interpretations of the contract documents to the City as appropriate to the orderly completion of the work. e) Change Orders.Kimley-Horn will recommend change orders to the City,as appropriate.Review and make recommendations related to change orders submitted or proposed by the contractor. f) Shop Drawings and Samples.Kimley-Horn will review and approve or take other appropriate action in respect to shop drawings and samples and other data which is required,but only for conformance with the information given in the contract documents and compatibility with the design concept of the completed project.Kimley-Horn has provided construction administration services on hundreds of miles of urban and rural roadways for projects ranging from limited-access arterials to collector facilities for cities and counties nationwide.We take pride in designing buildable plans,and our knowledge of construction issues and costs is evidenced,by the firm's outstanding record of on-time and on-budget completions. 2.2 Qualifications of Proposer Team Project Management Capabilities Kimley-Horn recognizes that both a strong project manager and experienced management team are key to exceed your expectations for each assignment and execute this project successfully.Our project manager,Derrick Lewis, P.E.,will be the one point of contact for the City of Miami Beach. He will direct each assignment and have complete authority to allocate Kimley-Horn resources. Our standard management practices require that project managers prepare a detailed work plan and management plan for each assignment.This work plan includes all project elements such as staffing,schedule,project requirements,and implementation strategies. Our approach to project management is characterized by the following philosophies and policies,which are ingrained in Kimley-Horn's culture: • Our project management plan will promote efficiency,clarify communication protocols,and provide project direction. • Our project management plan will clearly identify the staffing requirements,schedule,budget,and plan for effective quality control and independent reviews,producing a result that exceeds expectations. • We will view the project from your perspective,examine issues in a strategic context,and provide you with tactical solutions. In short,Kimley-Hom has a no-nonsense,team-oriented,results-driven management approach that is saturated with top-quality,highly motivated professionals who consistently produce superior results.We have the depth of resources,local experience,and diversity of expertise to assist you with the City of Miami Beach's Civil Engineering needs. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-17 Kim I ey>>>H o r n —Milk\ 7C m I4t,/,'.77/14. • __=:___,11•1 pi, (01z,s,si 0 -.r Ar itt a . ,c,t 1 �' Group --„AkInvi,,,,--,,, it.„. ,\, r� -m B ✓� ,: �r.„_,F, Services In Spec�al�zed Categories on an As Needed-Basis �`r,W. ,. R FQ 2 0 1 4-3 4 6-YG Engineering X115 ,u v t, Our Project Team Kimley-Horn understands that when you select an engineering consultant,you are really choosing people who offer you technical expertise,extensive hands-on experience with similar projects,and a demonstrated record of quality and responsiveness that will make your project a success.Kimley-Horn's culture is structured to hire and retain highly motivated employees who exude pride and enthusiasm for Kimley-Horn and the services we provide. We have organized a core team of practiced professionals to provide a high level of responsiveness to the City of Miami Beach,both in terms of exceptional local interaction and support,and extensive technical experience in the disciplines you require.Kimley-Hom professionals and their specific roles for this project are outlined below.An organization chart and resumes for our staff are included at the end of this section. Derrick Lewis, P.E. Project Manager/Stormwater Management/Drainage Derrick has more than 16 years of drainage design and project management experience in the public and private sector and has modeled,designed,permitted,and constructed some of the most complex stormwater management facilities in South Florida.His involvement includes coordination with federal,state,and local regulatory agencies.His specialties include roadway engineering, stormwater master plans,plans production,permitting,municipal design,stormwater modeling,and NDPES permitting. In addition, Derrick served on the FDOT District Six Drainage Technical Advisory Committee and was the Assistant NPDES Coordinator for the District.Derrick earned his Masters of Science degree in Transportation Engineering from Florida International University and his Bachelor of Science degree in Civil Engineering from the University of Central Florida.He is a Professional Engineer in Florida. Tom Farnan, P.E. Bridges/Structural Design, Special Structures Tom has 33 years of complex bridge design,scour analysis,and inspection services experience,with 13 years of this experience in Florida.He is particularly experienced with the design of pre-stressed,cast-in-place,and post-tensioned concrete bridges,along with steel plate and box girder bridges.He also specializes in construction and maintenance,structural design,bridge scour analyses,and highway geometrics and design.His project experience includes the SR 80 PD&E Study and Final Design in Palm Beach County;the 1-295 Widening and Improvements in Jacksonville;the CR 466 Widening in Sumter and Lake Counties;the SR 507(Babcock Street) PD&E Study in Brevard County;and the award-winning US 1 Over NE 203rd Street PD&E Study and Final Design in Miami-Dade County.Additional project experience includes the Central Sarasota Parkway Over 1-75 Bridge;US 41 (Business)/SR 739 Bridge Over Alico Road and the Seminole Gulf Railroad Bridge;NW 25th Street Viaduct,and the design of more than 50 bridges for private developers,cities,and counties throughout Florida. Mike Kiefer Seawall/Coastal Surveys Mike has more than 31 years of project experience and has been responsible for conducting environmental analyses,planning,and design;environmental permitting;and construction phase services throughout Florida and across the country.He serves as a project manager and senior environmental professional specializing in coastal and waterfront land development conducting engineering and environmental analysis.Mike is frequently called upon as a resource and/or manager for projects that are controversial from an environmental resource management and permitting perspective,or on projects that are complex from a regulatory approval perspective,or to solve issues that may be encountered during planning,design,or construction associated with tidal waters,rivers and streams,estuaries,lakes,or wetlands.He is also regularly called upon to provide direction and guidance with marine structures, shoreline erosion control,and boating facilities,conducting various assessments including impacts assessments,alternatives analysis assessments,secondary and cumulative impact assessments,public interest evaluations,Use of State Lands approvals,assurance 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-18 Kimley>>>Horn ail.tl!�,! 3.✓ r '.> r ' - i i s '� F • Group k Services in Specialized Categories on an As-Needed-Basis R FQ 2014-346-YG Engineenna for anti-degradation of water quality,benthic studies,seagrass assessments,hydrographic studies,water quality and sediment quality assessments for dredge spoil disposal,and threatened and endangered species assessments and coordination and underwater inspection.Mike earned his Bachelor of Science degree in Oceanographic Technology from the Florida Institute of Technology. Juan Jimenez, P.E. Water Supply Treatment and Distribution/Sewage Collection Treatment and Disposal Juan has 20 years of municipal and utility engineering consulting experience in South Florida.His water resources experience includes water supply and distribution,wastewater collection and transmission,stormwater management,and permitting.He is also proficient with AutoCAD,WaterCAD,and flood routing software published by FDOT and SFWMD. Burt Baldo, P.E. Construction Management Burt has 22 years of extensive experience in the fields of highway design,drainage design,and traffic operations plans.His principal areas of practice include roadway design,preliminary engineering studies,drainage design,stormwater permitting,pavement design, utility coordination,maintenance of traffic,roadway lighting design,signing and pavement marking,traffic signalization,and traffic planning.Currently Burt is serving as project manager for the Venetian Causeway Streetscape project,a joint effort between the cities of Miami and Miami Beach,and Miami-Dade County;Collins Avenue and Alton Road for FDOT District Six. Leonte Almonte, P.E. Cost Estimating/Highways, Streets, Airfield Paving, Parking Lots Leonte has 11 years of experience.He has training in GIS applications and analysis through different classes as part of Master of Science Degree.He also has hands-on experience in transportation related GIS themes and geodatabases.His work on several FDOT projects has provided extensive experience in sign and signal inventory.Leonte's roadway design experience includes horizontal and vertical alignment development,roadway drainage design and pavement design. He is proficient in Microstation,Geopak,AutoCAD 2007,HCS+,CORSIM,ArcGIS,AutoTum, Primavera Project Management P6. Aaron Buehler, P.E. Codes, Standards Ordinances Aaron has 19 years of experience in land development,utility systems,and drainage design.He also has extensive experience with the entitlements,regulatory agencies,and permitting processes in South Florida,including South Florida Water Management District (SFWMD)and Department of Environmental Resources Management(DERM)permits.Aaron has served as project manager for more than 20 urban mixed-use projects within Miami,many located on approximately two acres of land. Kimley-Horn's work has typically included detailed grading due to space constraints,drainage well design,and off-site improvements,including roadway redesign,water and sewer extensions,and entitlements. Mark Santos, P.E. Garages Vehicle Maintenance Facilities, Parking Decks Mark has more than 14 years of experience in parking planning,design,and restoration.He joins Kimley-Horn as a senior parking project manager and is highly skilled in the financial planning,functional design,operational consulting,and rehabilitation of parking facilities. Mark specializes in both public and private-sector projects with an emphasis on complex mixed-use projects in the entertainment,transit, retail,and healthcare markets. His expertise has been built by his critical involvement in projects such as the Miami Marlins Ballpark Garages,the Tampa Port Authority Channelside Garage Expansion,the Town of Bay Harbor Parking Facility,and the Miami Parking Authority Courthouse Center. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-19 Ki m l ey>>>H o r n f Li 1 t W ® C Co° 1 1 N _ 0 C N I o 0. Lii it I 34 f E-c W _ eo c Q) a� TO L al E m � aa � 1- 12 a 0 , E S y y' c cn . — c.,(n E o "; 1 ° u) : 30 : 5 L a .q, c5, co.o C o... t m m C -D .0.. w W w W 1 -0 ?_ .�, ci- C�. w z -y_ ® �.y cn L am' c co y •- O y N °— -- co C1 C� c 0 E J �; a C C r 72I U E C L o W C W o a .0 c r c-Ll1 a a c -T' 0 4 ci,u, _g ,z% -0 0 „,,,- r. M J o. U c n A+ y. c0 U � `7 w C MI 0 4) .0 0 2 E (..5 -D II Na CO C= . . _cr., CA 4.0 0: ' < _.rLi 73 a) CI a c, .0 cu. c_iii IC C� a H 0. Q i ' ' a) "n". t15 y W C ryC m pw �• e � m :;�z 4 �. � ::::i,,,,::J 4 CD ®, s Ai Q) > .— .0 c . `-,, -1 -:1'4-. 'I r _z its . z ,4--# c c. 'L Cl _ �'. �� �4''t - m LL , i%- d.� r� s�f i 0 h /I Lll I- 1� „ �r�� Av.`s,'.,� ' y" l ` 1 � t ALS^ '1 t' 11 I '-. cN 'try- • Frofessional Architectural...Engineering Group� Derrick Lewis, RE. Services i Specialized®ategeries cry eN As-Needed-Basis Project Manager/Stormwater Management/ GJIT] @,01440400W) Erginje:ing Drainage Relevant Experience 1-95 Master Plan for 17 Interchanges from Linton Boulevard to Northlake Boulevard,FDOT District Four—Provided drainage design services and cost-risk assessments for this project that entailed the identification of 17 interchange improvement projects(from south of Linton Boulevard to north of Northlake Boulevard)that could move into the design phase in FY ,, 2013/14 and FY 2014/2015.To accomplish this,Kimley-Horn developed a methodology I that proposed a two-tier approach to identify and prioritize those interchanges that could �-% advance quickly and have conceptual improvement plans completed by July 1,2013;the Special Qualifications remaining interchange studies were completed by July 1,2014 and documented in an • Has 17 years of experience in the Interchange Master Plan(IMP). design,analysis and preparation of construction plans,induding roadway SR 826/Palmetto Expressway from West of NW 47th Avenue to West of NW 27th Avenue geometrics,stormwater management, and West of NW 27th Avenue to West of NW 17th Avenue,FDOT District Six—Serving as permitting,stormwater pollution ! drainage design engineer.Also providing permitting for two segments of SR 826/Palmetto • Serves as project manager and Expressway in Miami-Dade County:from west of NW 47th Avenue to west of NW 27th engineer of record for a variety of Avenue and from west of NW 27th Avenue to west of NW 17th Avenue.Kimley-Horn's stormwater and drainage related scope includes roadway design,drainage design,ADA compliance,value engineering, projects pavement design,local agency coordination,public involvement,maintenance of traffic, • Experience includes modeling permitting,utilities coordination,signing and pavement markings,signalization,and and design of complex stormwater surveying. management systems,induding exfiltration systems,injection wells, Experience prior to joining Kimley-Horn: gravity wells,pump station,and pond SR 823 Reconstruction and Widening,W 46th Street to South of SR 924,FDOT District Six systems. Senior project manager for stormwater management,This project included reconstruction • Versed in ICPR, ASAD and Geopak Drainagerage,,and various of 2 miles of roadway improvements and,widening into the Red Road Canal. In addition,A a stormwater related software f Bridge Hydraulics Analysis and 2 miles of exfiltration design,which involved coordination • Served on the Drainage Technical and interaction with DERM and SFWMD. 12/2010-03/2013. Advisory Committee during tenure with ` 1-95 Managed Lanes,Miami-Dade County,FDOT District Six—Lead drainage project FDOT District Six manager to find innovative solutions and provide technical advice to insure current water Professional Credentials management systems are not compromised.Wrote technical proposal to minimize the • Bachelor of Science,Civil Engineering, effects of roadway spread due to change in lane widths.This project is a design/build and University of Central Florida ! requires the re-striping of 1-95 to accommodate express lanes which charge a fee for vehicle • Master of Science,Transportation access.03/2007-06/2010. Engineering,Florida International SR 77 Pond Siting Report,FDOT District One—Principal drainage engineer responsible University for instituting a comprehensive stormwater management strategy for six proposed pond • Professional Engineer in Florida, site alternatives for the proposed widening of SR 77 in Washington County.This includes 62965 extensive coordination and interaction with NWFWMD,FDEP,and a host of federal and Professional Organizations local agencies. • American Society of Civil Engineers (ASCE) 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-21 Kimley>>>H o r n Professional Arch tec reIA..Engineering Group T o m F a r� a n, P.E. Specialized Categories Oh iA -Needed-Basis _ ®„ ,,c) Q014= 40=tiO ,Bridges/Structural Design, Special Structures Relevant Experience MDX Roadway Modifications for SR 874,Miami,FL—Structural engineer.Kimley-Horn is providing design services to MDX for the widening and reconstruction of SR 874 in Miami- ,'4, Dade County with associated median guardrail.Our scope includes the widening of SR 874 •t � �r=< by one lane in each direction(north and south)and also includes the widening of one bridge ,1.t and barrier retrofit of the remaining existing bridges.Optional services include noise wall 1 design and bridge development reports.03/2009-2011 (design completed). _1” 4th Street Bridge Replacement Design and Permitting,Indian River County,FL—Project Special Qualifications engineer.Indian River County selected Kimley-Hom to perform design survey,develop • Has 33 years of bridge design, construction,scour analysis,and , construction documents,and obtain permits to address the replacement of a two-lane inspection experience vehicular bridge and a separate pedestrian bridge over Cooch Ditch.A box culvert was • Particular experience with design of designed to replace both the existing structures,as well as accommodate the existing water large,cast-in-place post-tensioned f main crossing in the vicinity.Extensive hydraulic alternative analyses were conducted to concrete box girder bridges,and steel- ' demonstrate flow capacity to IRFWCD.Due to the existing geometric conditions,significant welded plate and box girders,along ; improvements were necessary within the IRFWCD right-of-way to facilitate the proposed with precast prestressed bridges, improvements.04/2003-2007(design completed);2008(construction comleted);04/2009 precast prestressed and cast-in-place flat slab bridges,retaining walls,box (bridge survey). culverts,and highway sign and signal 1-595 Corridor Roadway Improvement Project(Design,Build,Operate,Maintain),Broward structures County,FL—Lead bridge engineer for two new 3-span continuous steel plate girder • Specializes in structural design, bridges,one steel plate girder bridge widening,and improvements to the Pine Island Bridge construction and maintenance, ' over the North New River Canal. Project consists of widening mainline from six lanes bridge scour analyses,and highway geometrics and design to eight lanes along with added reversible lanes in the median.01/2009-2010(design completion). Professional Credentials • Bachelor of Science,Civil Engineering, Dixie Highway Flyover Design-Build,FDOT District Four—Structural team leader for the Arizona State University design of a new roadway and bridge to connect Dixie Highway from north of Hillsboro Road • Professional Engineer in Florida, along west side of FEC RR,over the FEC RR and Hillsboro Canal,and connecting into California,Arizona,Colorado,and existing Dixie Highway north of Hillsboro Canal east of the FEC RR tracks.Lead bridge Texas designer for all retaining walls,a three-span vehicular bridge,a single-span,218-ft long, • TxDOT Pre-Certification Categories: steel box girder pedestrian bridge(both over the Hillsboro Canal),and all substructure 3.4.1,3.5.1,3.6.1,5.1.1,5.2.1,5.3.1, designs for the main bridge consisting of eight spans of curved steel box girders.Project 5.4.1,6.2.1 is a design-build with only seven months to completely design project and release to construction.2012 1-95 HOV Lanes(South of PGA Boulevard to South of Donald Ross Road),FDOT District Four Structural engineer for three-mile widening of the interstate including bridge widenings, sound barrier walls,and retaining walls. Included modifications to interchange ramps along with design of traffic control components,signing and pavement marking,signalization, lighting,and communication elements.5/2003-2/2009. 0Y290033.140_Miami Beach AE As-Needed Civil'add Page 2-22 Ki m l ey>>>H o r n afessional Architectural Ao Engineering Mike Kiefer N Specialized Categories CiR As-Needed-Basis . Seawall/Coastal Surveys Qp© 3o10=aao0b® trggeen rc J .. Relevant Experience Miami Lakeway North Resurfacing and Drainage Improvements,A Federally-Funded Design-Build Project, Miami Lakes,FL—Sewed as project engineer.Kimley-Horn assisted the Town in obtaining more than$600,000 in stimulus funding to construct this roadway and drainage improvement project that includes a portion of Miami Lakeway North between Celebration Point and Miami Lakes Drive and NW 153rd Street from Miami Lakeway North to NW 60th Avenue.Prior to obtaining the stimulus funding, Kimley-Horn assisted the Town in becoming Local Agency Program(LAP)certified so that the Town Y- 9 9 Y 9 ( ) would be eligible to obtain the stimulus funding.Our team developed a design criteria package—in Special Qualifications compliance with Federal funding criteria—which resulted in securing the stimulus funding and award of • Has more than 31 years the project to the design-build team.The project included drainage system improvements such as new of project experience and stormwater inlets,a new outfall connection,exfiltration trench for water quantity and quality treatment, has been responsible for new sidewalk,and new pavement markings and signage.Kimley-Horn also provided construction conducting environmental phase services to expedite the project and to confirm that the project was built in compliance with the analyses,planning,and design;environmental design criteria.2010-2011. permitting;and construction Waters at Peppertree Pointe,Fort Myers,FL—Responsible for the conceptual planning,design phase services throughout and environmental regulatory permitting to rehabilitate and expand the marina and fishing pier. Florida and including WV,NC, SC,GA,TX,AZ,NV,Mexico, Responsible for the shoreline profile and bathymetric survey,sediment and water quality sampling,tidal and Puerto Rico measurements,and habitat assessment/delineation.This project also involved a condition assessment • Specializes in coastal and of the marine structures including an existing fishing pier,seawall,docks,and utilities.2006-2009. waterfront land development 24-Inch Water Main and Force Main Subaqueous Intracoastal Crossings,West Palm Beach,FL conducting engineering and environmental analysis Project engineer responsible for environmental services and permitting,including conceptual • Regularly called upon design,preparation of documentation for permitting through FDEP and USACE,and conducting an to provide direction and environmental assessment and a seagrass assessment for these subaqueous crossings.As a result guidance with marine of FDOT relocating the Flagler Memorial Bridge,the City of West Palm Beach was required to relocate structures,shoreline an existing 24-inch water main that conflicted with the location of the proposed bridge.To implement erosion control,and boating the most beneficial location for the new water main,Kimley-Horn was retained to develop a route facilities,conducting various evaluation study.In addition,the Town of Palm Beach was in need of replacing their aging force main assessments • Has successfully completed crossing that is currently located at Currie Park.To take advantage of the cost savings that could projects and construction be realized through a shared bidding and construction process,the Town entered into an Interlocal activities in the terrestrial, Agreement with the City to construct a 24-inch force main parallel to the water main.Once a route was coastal,marine,and estuarine selected,Kimley-Horn provided design,permitting,and construction phase services for both the water environments main and force main.The design included a 2,700-foot-long subaqueous crossing of the Lake Worth • Served for three years as Lagoon and more than 1,000 linear feet of upland pipeline through downtown West Palm Beach and project engineer and scientist the Town of Palm Beach.2009-2011. for a design-build marine construction company Sleepy River Dredging,St.Lucie County,FL—Project manager responsible for environmental Professional assessment,design and permitting services for this dredging project.Services included sediment Credentials and water quality sampling,habitat assessment,shoreline condition assessment(wetland/riparian • Bachelor of Science, vegetation),and tidal and current measurement assessment.2009-2011. Oceanographic Technology, Indian River Plantation 12-inch Force Main Construction,Martin County,FL—Member of the Kimley- Florida Institute of Technology Horn team that was retained to construct a new subaqueous 12-inch force main across the Indian River Professional Intracoastal Waterway between Hutchinson Island and Sewall's Point connection at Ocean Boulevard Organizations and Sewall's Point road in Martin County.The scope of services for this project consisted of reviewing • Marine Industries Association the existing sewer system data,preparing topographic survey,design,preparation of drawings and of Florida,Past President, specifications,decommissioning the wastewater treatment plant,and regulatory agency permitting and Board of Directors, bidding assistance for the diversion of wastewater from the existing Indian River Plantation wastewater Government Affairs treatment plant to the Martin County Utilities consolidated sewer system.2010-2012. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-23 Ki rn I ey>>>H or n ® C b csf ro ,c r- . u ral gine-ring Group bp Juan Jimenez, P.E. Services in Specialized Categories on an As-Needed-Basis Water Supply Treatment and Distribution/ RFQ 2014-346-YG �� .'r� .r.. Sewage Collection Treatment and Disposal / Relevant Experience i Mowry Drive Roadway Improvements,Homestead,FL—Served as project engineer for the 1 new construction and widening of Mowry Drive(SW 320th Street)from SW 157th Avenue " ''-;:` , to SW 152nd Avenue.The existing roadway consisted of a one-lane paved road and was rw ,- I 9 Y p I proposed to be converted to a four-lane divided urban section with bike lanes on both sides. T, The project included design and preparation of roadway,drainage,signing and marking, ` ; lighting,water main extension,landscaping and irrigation plans.As part of the project, environmental and drainage permits were obtained from SFWMD,RER and USACE.The Special Qualifications ! project also included preparation of bid documents and construction supervision.2012 • Has 20 years of diverse engineering and project management experience 1111 Lincoln Road Parking Garage,Miami Beach,FL—Served as project engineer for this • Areas of expertise include water mixed-use project composed of renovation and improvements to an existing building,which supply and distribution,wastewater I includes retail space,six levels of parking,residential rooftop units,an open-air restaurant collection and transmission, , on the roof,renovation and improvements to the existing building,and the addition of a new stormwater management,roadway, . building.The new building includes a ground floor bank,private banking quarters,and four general civil engineering,and land ; residential units.Kimley-Horn provided civil and traffic engineering services including due development diligence,contract documents,permitting,and construction phase assistance.2008-2010. • Experienced in the preparation of permit documents,bid/contract Bayview Market,Miami,FL—Project engineer on the Kimley-Horn team responsible for documents and specifications, preparing site-civil construction documents for right-of-way vacations,utility relocations, work schedules,and opinions of utility upgrades and storm water management improvements necessary to support this construction costs urban redevelopment project.The project consists of the vertical stacking of several • Experienced in the use of AutoCAD historically"big box"retail stores on multiple levels of the building,while accommodating software,WaterCAD hydraulic sufficient customer access and parking,as well as delivery truck access.Kimley-Hom also modeling software,Microsoft Project scheduling software,and flood routing prepared construction drawings for the reconstruction and widening of NE 17th Terrace,NE software published by the Florida 2nd Avenue,NE Miami Place and the milling and resurfacing of NE 17th Street and North Department of Transportation and the Miami Avenue.06/2004-10/2009. South Florida Water Management District Black Creek Trail Segment A Construction Documents,Miami-Dade County,FL—Served • Experienced serving a diverse group as project engineer on the Kimley-Horn team that prepared construction documents for of clients,including private developers, ! this 9.1-mile,multi-use greenway trail in southern Miami-Dade County.Kimley-Horn was municipalities,and utilities responsible for all phases of this project ranging from programming and schematic design • Experienced in quality control review through construction phase services.We assisted the Miami-Dade County Parks and of projects with constant client ! Recreation Department(MDPR)in identifying potential trail alignments,amenities,trailhead interaction through all phases � locations,and neighborhood connections.We coordinated with numerous stakeholder Professional Credentials groups,p ,including utilities,local governments,and permitting agencies.Our design • Bachelor of Science,Civil Engineering, incorporated a non-motorized trail and linear park design within the Black Creek Canal Florida International University ! (C-1)right-of-way owned by the South Florida Water Management District(SFWMD).Key • Professional Engineer in Florida challenges on this project that we addressed included slope stability near the canal bank, Professi,•r�ai8 Orgy�li�ations crossing several major roadways(including a six-lane section of US 1),and working within • American Society of Civil Engineers SFWMD design standards for permitted use of their right-of-way.2008-2013. (ASCE) E Florida International University(FIU)2005-2015 Comprehensive Campus Master Plan Update, • Florida Engineering Society Miami,FL—Project engineer(civil).As a subconsultant to Perkins+Will Architects,Inc., • National Society of Professional Kimley-Horn assisted in the preparation of Comprehensive Master Plan Updates for the Engineers(NSPE) ' Biscayne Bay Campus in the City of North Miami,as well as the University Park Campus and the Engineering Center in unincorporated Miami-Dade County.Comprehensive master plan components under Kimley-Horn's responsibility included traffic,transit,solid waste, utility infrastructure and storm water management needs.Tasks included analysis of existing conditions by conducting campus walk-throughs and reviewing infrastructure as-builts and 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-24 Kimley>>>Horn ofesslen A' ebiteeturalaz gineering Gam Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG r^ginee'rg Juan Jimenez, P.E. Relevant Experience (continued) appraisal reports.As part of the project,Kimley-Horn also collaborated with University personnel to review current and future campus programs and planning documents;existing parking and circulation efficiency and constraints;accessibility studies;utility studies;and planned construction,renovation,and infill project documents. In addition,interviews with utility providers and other university utility consultants were used to verify and add detail to our findings.Based on these findings, Kimley-Horn assisted the team in preparing master plan concepts and long-term goals,objectives,and policies for FIU,which are reflective of the university's current mission and operating budget.2009 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-25 Ki m I ey>>>H o r n Burt P.E. tafessienal Architecturat.NoEngineering grail B urt B a i d o, P.E. -1� - b Specialized Categories CUB ER As-Needed-Basis Erg r WO W14434040 Construction Management Relevant Experience Lincoln Road Closure,Miami Beach,FL—Roadway project engineer.This project was a YP1 9 Pj joint-venture between the City of Miami Beach and UTA Management,LLC.The 1000-1100 Block of Lincoln Road has been closed to vehicular traffic to allow for the extension of the ;. Lincoln Road Pedestrian Mall.The mall was extended west,from Lenox Avenue to Mon yt> Road,and includes a new pedestrian plaza.The design also included four water gardens, and streetscape and infrastructure improvements.Kimley-Horn provided due diligence,civil ,.� P P Y- P 9 engineering,landscape architecture,permitting,traffic signal modifications,lighting and Special Qualifications electrical design services for this project.2007-2010. • Has 22 years of experience in civil Bayview Market Place Roadway Improvements on NE 17th Street/NE 17th Terrace/NE 2nd engineering with 19 years of extensive experience in the field of highway Avenue/N.Miami Avenue,Miami-Dade County,FL—Project manager responsible for design,drainage design,and traffic developing vertical and horizontal alignments,providing drainage design,signing and operations plans pavement markings,and signalization plans for this corridor.The project included the • Experience includes construction reconstruction and widening of NE 17th Terrace/NE 2nd Avenue/NE Miami Place and the supervision for highway and port milling and resurfacing of NE 17th Street and N Miami Avenue.06/2004-10/2009. facilities • Worked on projects for FDOT Districts Black Creek Trail Segment A Construction Documents,Miami-Dade County,FL—Served as One,Three,Four,Five,Six,Florida's ; senior engineer on the Kimley-Horn team that prepared construction documents for this 9.1- Turnpike Enterprise,and MDX mile,multi-use greenway trail in southern Miami-Dade County.Kimley-Hom was responsible • Principal areas of practice include for all phases of this project ranging from programming and schematic design through roadway design,preliminary construction phase services.We assisted the Miami-Dade County Parks and Recreation engineering studies,drainage Department(MDPR)in identifying potential trail alignments,amenities,trailhead locations, design,stormwater permitting, and neighborhood connections.We coordinated with numerous stakeholder groups, pavement design,utility coordination, maintenance of traffic,roadway including utilities,local governments,and permitting agencies.Our design incorporated a lighting design,signing and pavement non-motorized trail and linear park design within the Black Creek Canal(C-1)right-of-way marking,traffic signalization,and owned by the South Florida Water Management District(SFWMD).Key challenges on this traffic planning project that we addressed included slope stability near the canal bank,crossing several Professional Credentials f major roadways(including a six-lane section of US 1),and working within SFWMD design • Bachelor of Science,Civil Engineering, standards for permitted use of their right-of-way.2008-2013. Florida International University Alton Road PD&E Study and Design(5th Street to Michigan Avenue),FDOT District Six • Professional Engineer in Florida, Design project manager for the project that included development and analysis of 53120 • Advanced MOT Specifications Training alternatives for the PD&E study,and development of horizontal and vertical alignments for the roadway and the flyover.The PD&E study identified potential improvements on Professional Organizations Alton Road from 5th Street to Michigan Avenue,including the flyover from eastbound SR • American Society of Civil Engineers A1A(MacArthur Causeway).The project involved coordination with public agencies and (ASCE) extensive public involvement,including approval of the typical section package and design • American Society of Highway exceptions and variations.The project also included the preparation of 30%roadway plans Engineers for the preferred alternative.2007-2009. MDX Design Engineering for SR 874(Don Shula Expressway)from Kendall Drive to SR 826, Miami,FL—Deputy project manager for design engineering services for SR 874(Don Shula Expressway)roadway modifications from south of SW 88th Street(Kendall Drive)to south of SR 826(Palmetto Expressway)/SR 874 interchange.The project consisted of the widening of SR 874 and included complex roadway design,drainage design,signing and marking,lighting,signalization,retaining walls,noise barrier walls,bridge widening plans, permitting,and public involvement services.The nature of the project changed and was re-procured as a Design-Build project.Kimley-Horn prepared 99%design plans and the subsequent design-build criteria package.2007-2011. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-26 Ki m l ey>>>H o r n AA ofessional Arrtiteetur. A , gineering Leo A l i n o n to, P.E. Services in Specialized Categories on an As-Needed-Basis Cost Estimating RFQ 2014-346-YG Er gtnee Relevant Experience Black Creek Trail Segment A Construction Documents,Miami-Dade County,FL—Served t as analyst on the Kimley-Horn team retained by the Miami-Dade Parks and Recreation Department to design Segment A(a 9.1-mile corridor)of the Black Creek Trail.Black Creek Alf iii Trail is a 17-mile greenway corridor that connects the Everglades Levee(L-31 N Canal) with Black Point Park and Marina.Kimley-Horn completed a planning and feasibility study 1% for the 9.1-mile Segment B in late 2007.Tasks for Segment A included programming and schematics,design development,and construction phase services.2008-2013. Special Qualifications Alton Road PD&E Study(5th Street to Michigan Avenue),Miami Beach,FL—Design analyst • 11 ears of roadway design Y Y for the Kimley-Horn team that performed a PD&E study to document the requirements for experience • Proficient in MicroStation,Geopak, preliminary design for SR 907(Alton Road)from 5th Street to Michigan Avenue,including Civil 3D,AutoCAD,EaglePoint,HCS+, the flyover ramp connector between SR 836 and SR 908.The study included existing CORSIM,Primavera P6,ArcGIS, conditions,typical sections,traffic analysis,right-of-way requirements,environmental AUTOTurn,Real Cost,and MS Project impacts,and cost of improvements.Worked directly on the development of alternatives Professional Credentials and the analysis to determine the feasibility for this particular project.Worked On the • Master of Science,Transportation development of the project's schedule and maintaining it up-to-date.2/2007-2/2009. Engineering,Florida International SR AlA/Collins Avenue Resurfacing(Phase I),FDOT District Six—Design analyst on the University Kimley-Horn team providing design services for SR Al A/Collins Avenue from 26th Street • Bachelor of Science,Civil Engineering, to Indian Creek Drive in Miami Beach. Based on our team's detailed investigation of the Pontificia Universidad Catolica Madre y Maestra corridor and deficiencies discovered,we presented District Six with three improvement • Professional Engineer in Florida and options:minimal,mid-range,and complete reconstruction of the corridor.Given the findings of our report,Kimley-Horn recommended complete reconstruction of the corridor,which Dominican Republic p Y p would result in fewer variations and exceptions and bring the roadway into compliance with Professional n Society Organizations current design standards.A new roadway profile will be designed after careful analysis and • American Society of Civil Engineers g Y p g Y (ASCE) in conjunction with input from adjacent property Y owners.The new curb,gutter and sidewalk in • Institute of Transportation Engineers along the corridor will provide for ADA compliance.Upgrades to the drainage syste m will (ITE) eliminate most of the existing drainage issues in the area and new signing,pavement • Society of Hispanic Professional markings,and lighting will improve safety issues along the corridor. 10/2006-8/2009. Engineers SR AlA/Collins Avenue Resurfacing(Phase II),FDOT District Six—Project engineer on the Kimley-Horn team providing design services for the SR Al A/Collins Avenue from 26th Street to Indian Creek Drive 3R project.The drainage was enhanced through the use of trench drains in those areas where the existing longitudinal slope was less than 0.3%and at the bulb-outs that were proposed to enhance the ADA compliance of the project.Engineer in charge of designing the drainage for this project,the roadway plans,upgrades to nine existing signals,and signing and pavement marking plans for this project.Existing parking was striped per current FDOT Standards.Prepared pavement design and coordinated with both the District pavement design engineer and bituminous engineer to achieve the best pavement design for this project. 10/2006-8/2009. MDX Design Engineering for SR 874(Don Shula Expressway)from Kendall Drive to SR 826, Miami,FL—Project engineer for this MDX project that proposed to add one lane in each direction on the existing SR 874 corridor from SW 88th Street(Kendall Drive)to south of SR 826(Palmetto Expressway)located within Miami-Dade County.This corridor is a critical link between Florida's Turnpike and SR 826(Palmetto Expressway).This project will , provide additional capacity to the SR 874 corridor by converting two-lanes in each direction to three-lanes in each direction by milling,resurfacing,widening and partial reconstruction. The geometry proposed was developed to provide the best fit option given the project limits, 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-27 Kimley>>>H o r n • afessionai Architectural Engineering Group b Specialized Categories CW W As-Needed-Basis roo 130144)400570 trg^-0 Leo Almonte, P.E. Relevant Experience (continued) right of way restrictions,widening restrictions and cost effectiveness.The SR 874 corridor is an FIHS and SIS facility. In addition to the improvements along SR 874,the project also includes resurfacing of SR 878 for approximately 3,700 feet and minor improvements to Kendall Drive for approximately 380 feet west of SR 874.This project also includes widening of:the southbound bridge over Snapper Creek Canal(C-2),the bridges over Sunset Drive,the bridges over CSX/Galloway Road,and the bridges over Miller Drive. In addition, the outside railing of the bridges over Kendall Drive is proposed to be replaced. Prepared the pavement design,roadway cross sections and drainage structures cross sections.Also,reviewed existing cross slopes in order to provide proper cross slope correction methods, including special details and profiles.Assisted in the horizontal and vertical alignment design.Prepared MOT typical sections and assisted in the project's MOT design.After the 90%submittal,MDX decided to advertise this project as a Design-Build project. 2011 -2012(Professional Services);2013(Construction). 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-28 Ki m l ey>>>H o r n o tectura/ : Group Aaron Buehler, R E. Services in Specialized Categories on an As-Needed-Basis Codes, Standards, Ordinances RFQ 2014-346-YG `rglnv2 rg __—__ , Relevant Experience New World Symphony Campus Expansion,Miami Beach,FL—Project manager.Kimley- _- '`i Horn provided full site civil,traffic,drainage,and roadway design services for this state- I of-the-art performing arts center designed by world-renowned architect Frank Gehry.This 100,641-square-foot building is a unique performance,educational,and creative space in • of .Am h of its m- area flexible ty. 4.,: and the technology heart Miami sophisticated Beach 756-seat ong the performance ighlights hall;a progra 7,000focused q-suare-foot design exterior 71tIk' t'l •__ projection wall;and a rooftop garden. 12/2006-03/2011. Special l'elaal°f°cad°ons New World Symphony Parking Garage(also known as Pennsylvania Parking Garage),Miami • Has 19 years of experience in land development,utility systems,and Beach,FL—Project manager for the Kimley-Horn team providing civil engineering design, drainage design ' traffic and signal engineering services,roadway engineering,and associated permitting • Extensive experience with the for this new state-of-the-art facility.The project also includes the development of the 600- entitlements,regulatory agencies,and car Pennsylvania parking structure,for which Kimley-Horn is providing preliminary civil permitting processes in South Florida engineering consulting services.This structure will replace and expand existing on-site Professional Credentials parking for the New World Symphony Campus. In addition to parking,this 38,000-square- • Bachelor of Science,Civil Engineering, foot,multi-story structure will house ground level retail facilities.Kimley-Horn's services Florida International University for the parking structure include due diligence,civil engineering design,agency/utility • Professional Engineer in Florida ( coordination,and permitting.06/2008-2010. Professional Organizations Lincoln Road Closure,Miami Beach,FL—Served as project engineer.This project was • Florida Engineering Society a joint-venture between the City of Miami Beach and UTA Management,LLC.The 1000- • International Council of Shopping 1100 Block of Lincoln Road was closed to vehicular traffic to allow for the extension of the Centers ! Lincoln Road Pedestrian Mall.The mall was extended west,from Lenox Avenue to Alton • National Society of Professional Road,to include a new pedestrian plaza.The design also included four water gardens,and Engineers(NSPE) streetscape and infrastructure improvements. Kimley-Horn provided due diligence,civil • Urban Land Institute engineering,landscape architecture,permitting,traffic signal modifications,and lighting and electrical design services for this project.04/2007-2010. Eden Roc(aka Eden Roc Hotel and Spa Resort),Miami Beach,FL—Served as project engineer.Kimley-Horn provided civil and traffic engineering services for this new 20-story hotel building with an underground parking garage.Tasks included due diligence,permitting, on-and off-site water distribution and sanitary sewer collection systems;paving/grading/ drainage;on-and off-site roadway construction;and construction phase assistance. E 01/2006-2012. Florida International University(FIU)2005-2015 Comprehensive Campus Master Plan Update, Miami,FL—Science Classroom Complex(SCC)—Project engineer.As a subconsultant to another firm,Kimley-Horn provided civil engineering services related to the Science Classroom Complex(SCC),an 80,000+/-square-foot,$43.5-million,laboratory and classroom facility located within FIU's Modesto Maidique Campus.The complex houses classrooms,research laboratories,a vivarium,office/study spaces,an area for receiving scientific supplies and hazardous materials,storage spaces,service yard with loading dock and other support spaces.Services performed included assistance with programming, budgeting,design and development of construction drawings,sustainability,permitting, coordination with FIU's selected"CM at Risk,"and construction phase services.2009 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-29 Kimley>>>Horn Professional ArchteoturalA Engineering Brno Mark Santos, P.E. eGM32@ fh Specialized Categories Cpl As-Needed-Basis Garages Vehicle Maintenance Facilities, ply X0'4°�40°p° �� ^ Parking Decks Relevant Experience j St.Armands Parking Study,Sarasota,FL—Serving as project manager for the Kimley-Hom recently selected by the City of Sarasota to perform a parking feasibility study to address the shortage of parking spaces within the St.Armand's commercial district.The study will ' .(li 1 4 ,,,v42,7---, ` review existing parking demand reports and examine the feasibility and estimated cost of . r ` solutions,including r in parking structure or pursuing alternative parking solutions. 7 e ect g a pa g st uctu e o pu su g p g Our analysis plan will address the following work items:(1)investigate incorporation of i_ �` r ' alternative manage shortage of parking structured parking and examine alte nati a concepts to a age a s ortage o p g Special Qualifications spaces,including signage and wayfinding recommendations;(2)consider the costs • Fourteen years of experience in associated with design and construction of structured parking along with the impact of traffic parking planning,design,and and utility requirements;(3)review impacts on pedestrian flow,traffic flow,trip generation, restoration projects on a national scale and vehicular ingress and egress patterns;and(4)review operations and financial modeling • Expertise in complex and mixed- E and recommend viable financing strategies. use projects in the entertainment, government,transit,retail,healthcare, ' MDC West Parking Structure,Doral(Miami Beach),FL—Serving as project engineer for the and private sectors Kimley-Horn team that is performing an engineering investigation of this site for a private • Highly skilled in the financial planning, client. Involved with site visits,MEP inspection reports,and document preparation. functional design,operational consulting,and rehabilitation of Parking Consultant of Record,Clearwater,FL—Serving as project manager for this three- parking facilities ' year contract with the City of Clearwater.Kimley-Horn was selected by the City to provide Professional Credentials parking consultant services,including studies,engineering,design,construction,and • Bachelor of Science,Civil Engineering, review of multi-story garages and related facilities/operations,parking technologies,and Pennsylvania State University enforcement. E • Professional Engineer in Florida and Southwest Downtown Garage,Gainesville,FL—Serving as project manager of the Kimley- , Pennsylvania `Horn team that is preforming a parking operations evaluation for this project.The Southwest Professional Organizations Downtown Garage is located in the heart of downtown Gainesville in close proximity to • American Concrete Institute public buildings,restaurants,and nightclubs.The Kimley-Horn team performed an overall • International Parking Institute,Member! evaluation of this garage for the City of Gainesville and has submitted a draft report to the • Urban Land Institute City for review. • Florida Parking Association-Board Member ULI-Member Switchboard Reedy Creek Improvement District(RCID)Transportation Consulting Services for i of Miami-Board Member(Charitable Infrastructure Improvements,Lake Buena Vista,FL—Serving as project engineer.The Organization) Reedy Creek Improvement District(RCID)recently selected Kimley-Horn to provide transportation planning/consulting services for infrastructure improvements.Our services may include reviews,evaluations,and/or recommendations regarding existing and/or proposed improvements.Specifically involved with the following project: Parking Guidance Systems—Serving as project manager and providing project management and design-build package review. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-30 Kimley>>>H o r n — , , 1 ` � 1�(i/�{r= f -, ® .�fe sInaI Ar :i �i , a$ r Group.„...1„,1,4, S``� 1- -tea ' 'q „`-';i:''.1.-"AL Services in Specialized Categories on an As-Needed-Basis `�`' , '�' r1 .--vf Engineering � �. RFQ 2014-346-YG 2.3 Financial Capacity Kimley-Horn had its Dun&Bradstreet SQR Report sent directly to the Procurement Contact,Yusbel Gonzalez,CPPB(yusbelgonzalez@ miamibeachfl.gov)on October 14,2014. Kimley-Horn received an email from the City of Miami Beach on October 17,2014,confirming that the City received our Dun&Bradstreet SQR Report. We have included a copy of the Dun&Bradstreet SQR Report below. ' I r ., DNBr tes D� Risk Management t t ATTN:Bennetta Sanders Report Printed:March 11,2010 Live Resort : KIMLEY-HORN AND ASSOCIATES INC. - D-U-N-S®Number.06-109-9131 ,'• Trade Names:(SUBSIDIARY OF KIMLEY-HORN GROUP,INC.,THE,CARY.NC) Endorsement/Billing Reference:Bennetta.Sanders®klmley-hom.com D&B Address Added to Portfolio:04;02/2007 l Address 3001 Weston Pkwy Location Type Headquarters(Subsidiary) Cary,NC-27513 Web www.urg-kha.com Phone 919 677-2000 Fax i. Company Summary • Score Bar D&B PAYDEX® PAYDEX® 75 D&B PAYDEX®:75 (Lowest Risk:100;Highest Risk:1) ' Commercial Credit Score Class ® 3 When weighted by dollar amount.Payments to suppliers average 8 days beyond terms Financial Stress Class 3 Credit Limit-D&B Conservative $400,000.00 Public Filings D&B Rating 1 R4 The following data includes both open and dosed filings found In D&B's database on this company. D&B 3-month PAYDEX® Record Type Number of Most Recent Records Filing Date 3-month D&B PAYDEX®: 74 Bankruptcies 0 - (Lowest Risk:100;Highest Risk:1) When weighted by dollar amount,Payments to suppliers Judgments 1 06/21/02 average 9 Days Beyond Terms Liens 0 Suits 0 - D&B Company Overview UCC's 4 07/31/08 This is a headquarters(subsidiary)location The public record items contained herein may have li been paid,terminated,vacated or released prior to Branch(n)or Division(s)exist Y todays date. Mailing Address PO Box 33068 Raleigh,NC27636 Corporate Linkage Chief Executive DON BARTLETT, CHB Year Started 1967 This is a Headquarters(Subsidiary)location KIMLEY-HORN AND ASSOCIATES,INC. Management Control 2008 Cary,NC Employees 2177(200 Here) _ D-U-N-S®Number 06-109-9131 SIC 8711 The Parent Company is THE KIMLEY-HORN GROUP INC r. Line of business Engineering services North Caroline D-U•N-S®Number 19-156-3824 NAICS 541330 History Status _-. CLEAR - Commercial Credit Score Class t 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 2-31 Ki m l ey>>>H o r n fess® A f o ra 0!i - ' n©a �� eerin© Services in Specialized Categories on an As-Needed-Basis Engineering RFQ 2014-346-YG I.� 1r i tee`r ■cv:�; 3. Approach and Methodology Continuing professional services contracts require a different approach from typical project-specific contracts.Each task assigned under an on-call contract will need an individualized approach that includes the various disciplines necessary to complete the assignment. We recognize that each project under the continuing services contract has its own expectations that need to be understood,and then exceeded.Through our experience on various other continuing services contracts,we have developed a successful strategy for approaching each task assignment.This strategy emphasizes effective project management,creating a detailed work plan,maintaining a high level of communication,and value engineering. Project Management Kimley-Horn recognizes that a cohesive project management technique is necessary to successfully provide civil engineering services to the City of Miami Beach.Our standard management practices are outlined in a formal manual published by the firm entitled, Project Manager's Manual.This document clearly establishes the firm's policy,which requires the project manager to prepare a detailed work plan and management plan for each major project.This includes a plan for controlling and directing all elements of the project. Our entire approach to project management is characterized by the following philosophies and policies,which are ingrained in the Kimley-Horn culture: • We will not only manage the project schedule,we will anticipate problems,creatively develop solutions,and implement a set of actions before problems arise. • We will follow up on action items to ensure that planned actions are executed by a single responsible person.There will be no misunderstanding as to who was or is responsible. • Our project management plan will promote efficiency,clarify communication,provide direction,avoid misunderstandings,and govern routine action. • Our project management plan will clearly identify,budget,and plan for effective quality control and independent reviews,and we will produce a result that exceeds expectations. • We will execute random inquiries into schedule adherence,work performance,quality performance,and resource allocations to determine compliance with planned project performance.We will identify anomalies and take instant corrective actions as needed. • Our project manager,Derrick Lewis,P.E.will be in command and control of the project at all times.He will have the authority to allocate resources and correct problems. • We will view the project from your perspective,examine issues in a strategic context,and provide you with tactical solutions. In short,Kimley-Horn's management approach is team-oriented,no-nonsense,results-oriented,and saturated with top quality people who routinely produce superior results.Kimley-Horn has the depth of resources,local experience and diversity of expertise to provide the entire scope of services required for RFQ 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories on an"As-Needed-Basis,"Group B—Civil Engineering. Detailed Work Plan Kimley-Horn project managers develop very detailed work plans that include specific task items for the duration of all projects with associated team members'responsibilities and corresponding time.The work plan defines who,what,when,where,and how for all project tasks.This level of detail requires the project manager and the team members to think the project through and develop a plan that 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 3-1 Ki rn l ey>>)H o r n � !1 ®feWs .tQi A s ! } -, . {} s ino, Group • th _.v Services in Specialized Categories on an As-Needed-Basis R FQ 2014-346-Y G Engineering it_Vt1, U .y_ '4 ; tire they are then responsible for implementing.This work plan process also helps to ensure the correct team members are selected for the work and minimizes problems through early detection,experience,and expertise. High Level of Communication In addition to assembling the right team,the project manager must communicate with the entire team to be aware of the project status, adjust any work plan issues if they occur,and keep the client informed at all times.This level of communication is key to a successful project and an effective method for identifying any potential problems before they become serious.Early detection followed by immediate action is critical. If a problem does develop,the best approach is to research the issue to determine the severity of the problem,formulate a plan to address the issue with the appropriate team members,and then immediately present the client with the best resolution—one that is supported by clear and concise documentation so that if direction is required by the client,the necessary facts are available for an informed decision. Value Engineering Kimley-Hom has a long history of achieving successful project completion through a combination of effective project management and technical expertise.We have carefully selected a core team of experienced professionals to provide a high level of responsiveness to the City of Miramar,both in terms of exceptional local experience and support,and extensive technical experience in the disciplines you require. With that expertise in place,the Kimley-Horn team has a philosophy of constant value engineering by focusing on better decisions P P � Y P PY 9 9 Y 9 decisions, better information,better analysis,cost reductions,increased productivity,and accurate deliverables throughout all project steps.Value engineering is a key factor for developing successful projects that transition from study to design,and from design to construction. The challenges associated with each project task are solved creatively and effectively.Each step is reviewed by the most qualified professional to assure the highest level of value to the City of Miramar. Kimley-Horn has also worked with many municipalities and governmental agencies to provide peer reviews and value engineering reviews.Our team's expertise can be applied to designs completed or partially completed by other engineering companies.Our experience in all facets of municipal work can be applied to any existing project with positive results and added value to the client.The common goal of the Kimley-Horn team is to provide the City of Miramar with the most value throughout every aspect of this project. Responsibilities of Project Personnel Our team of professionals and their specific responsibilities for this project are outlined in the table below. In addition,an organization chart,bios,and resumes further defining project roles and responsibilities for the proposed teams are provided in Tab 2. Years of Relevant Team Members ; Project Assignment Experience Derrick Lewis,P.E. 16 Project Manager/Stormwater Handling/Drainage Tom Farnan,P.E. _ 33 Bridges/Structual Design;Special Structures Mike Kiefer 31 Seawall/Coastal Surveys Juan Jimenez,P.E. 20 Water Supply Treatment and Distribution/Sewage Collection Treatment and Disposal Burt Baldo 22 Construction Management Leo Almonte,P.E. 11 Cost Estimating/Highways,Streets,Airfield Paving,Parking Lots Aaron Bulcher,P.E. 19 Codes,Standards,Ordinances Mark Santos,P.E. 14 Garages Vehicle Maintenance Facilities,Parking Decks 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 3-2 Kimley>>)Horn Group s i 4 fiite@ U " 11 0 ineeri Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Engineering 11 Quality Assurance/Quality Control Kimley-Horn's commitment to project excellence is reflected in the fact that approximately 80 percent of our services are for repeat clients—a testament to our commitment to quality for every task,deliverable,and service provided by the firm.Quality is a keystone principle of Kimley-Hom and is one of the key attributes that has enabled us to become one of the leading consulting firms in the country and it is absolutely essential to our continuing success.The objective of our QA/QC program is to help ensure that all deliverables conform to project requirements and are void of errors and omissions.Our QA/QC program is based on the philosophy that: • Quality is achieved by adequate planning,coordination,training,supervision,and technical direction;proper definition of the job requirements and procedures;understanding the scope of services;and the use of appropriately skilled personnel performing work functions carefully. • Quality is assured through the careful checking,reviewing,and surveying of work activities by individuals who are not directly responsible for performing the initial efforts. • Quality is controlled by assigning a manager to evaluate all work and procedures followed while providing the services. • Quality is verified through independent reviews by a qualified staff member of the processes,procedures,documentation, supervision,technical direction,and staffing associated with the project development. Project quality is"built-in,"not added on. Quality work is the direct result of careful,properly sequenced,and supervised production,and continuous checking of each work element for completion and correctness by the task leader and project manager. Our formal QA/QC program is based upon assigning experienced senior professionals—who are otherwise qualified to manage a particular project—to serve in an independent quality control role.Our staffing depth allows us to provide such personnel,and their involvement provides the project with a fresh perspective and critical eye. Our internal QA/QC program will include: • An internal kick-off meeting held with key team members assigned to the job to clearly define the scope,outline sub-task responsibilities,establish schedules,and identify project milestones and goals. • At the end of each phase,a QA/QC review will be conducted as one of several final checks to ensure that the project deliverable is technically correct and consistent with your objectives. • Any modifications required to respond to the comments and recommendations of the quality control team will be incorporated during the ongoing analysis prior to submitting our plans to you. Schedule and Availability Selecting the right Civil Engineering Consultant is perhaps the most critical element in this project's success.The City of Miami Beach needs a consultant that can navigate the wide-ranging responsibilities and challenges presented by this project with a clear,visionary approach,as well as a proactive partner who is familiar with the local community and your goals.Kimley-Horn's longstanding experience with communities in South Florida provides you with unmatched service,responsiveness,and essential local knowledge.We at Kimley- Horn feel we would make a perfect partner for your professional civil engineering services contract. As project manager, Derrick Lewis,P.E.,has direct responsibility for the performance of the firm on your assignments.He will be serving you from our Miami office,located less than 11 miles from Miami Beach.He is only a phone call and a short drive away. In fact, we have two South Florida offices located less than 40 minutes from your location.Derrick is committed to providing you with excellent client service.As project manager,his primary role is to ensure effective communication between your staff and our team.He has the resources of the entire company available to him,should your project goals require additional support.We will be responsive,readily available,and will aggressively examine ways to reduce costs as we work with you to define specific needs and will implement sound planning and engineering solutions for your project needs. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 3-3 Kimley>>>Horn it -M-7:::4C: ' :.:'- '— a ''"A–if:1■4 "-- . -----* D ® 'essio 'a Arsh ectu aaap�' Group ngt .e-e Ing ', -4 f In e i ize C e ores n s-Neede -Basis B . ,� .�, ..._, Services Sp cal d at g I on a A d F `- , W R FQ 2 014-3 4 6-Y G Engineenng For each major task assigned,we will assemble a schedule that includes key milestone dates,develop planning approaches,explore potential cost-saving opportunities,launch designs,secure permits,and complete design efforts with plans and specifications for the City. This includes a series of meetings between the City and our team to ensure a level of comfort throughout the various project steps.This approach maintains a solid level of involvement with your staff and results in a development plan that exceeds your expectations.Our cost estimates are carefully based on current construction costs,which result in accurate and realistic budgets. Workload and Availability Kimley-Horn is very progressive when it comes to understanding its current workload and has a long history of achieving successful project completion through a combination of effective project management and technical expertise.Consequently,Kimley-Horn is committed to providing the City of Miami Beach with the highest quality staff and service to meet your project schedule and budget requirements. The members of our project team were selected using two criteria:(1)their experience with similar projects,and(2)their availability to assume major technical responsibilities within your project schedule.Kimley-Horn's proactive management system,known as "castaheads,"is used to detail every project's personnel needs,as well as to determine each staff person's availability.By continuously matching project needs with staff availability,our cast-aheads system is an accurate tool for keeping our projects on schedule. Based on a review of our cast-aheads,we can assure you that the staff members selected for this team are available immediately to serve you,and are in an excellent position to handle the workload of any assignment you wish to give us. Team Availability Primary Project Team Members Role %Available Derrick Lewis,P.E. Project Manager/Stormwater Handling/Drainage 80 Tom Faman,P.E. Bridges/Structual Design,Special Structures 50 Mike Kiefer Seawall/Coastal Surveys 70 Water Supply Treatment and Distribution/Sewage Collection Juan Jimenez,P.E. 50 Treatment and Disposal Burt Baldo,P.E. Construction Management 50 Leo Almonte,P.E. Cost Estimating/Highways,Streets,Airfield Paving,Parking Lots 70 Aaron Bulcher,P.E. Codes,Standards,Ordinances 50 Mark Santos,P.E. Garages Vehicle Maintenance Facilities,Parking Decks 70 Willingness to Meet Time and Budget We recognize that budget and schedule control are critical to the success of your program.Meeting your schedule for deliverables is not just a goal to us—it is a mandate.A project schedule is a road map guiding us to a goal,completion of a project by a certain date. But experience has shown that no matter how carefully we plan,things can change.How successfully we adapt to those changes is in part a result of how well we manage our resources and understand the demands on them,both internal and external.Kimley-Horn has a track record of successfully completing projects on or ahead of schedule and within budget.This success is due,in part,to each project's schedule and budget being aggressively communicated to the project team by the project manager.Kimley-Horn takes pride in evaluating any unanticipated obstacles and making informed recommendations to overcome them before they impact the project's schedule and budget. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 3-.4 Ki mley>>>Horn • S. �� r h l ur " rI4o ?1. Group T3 Services in Specialized Categories on an As-Needed-Basis p g En ineerin R F Q 2014 3 4 6 Y G �nn:VL∎ g - In addition to our proactive communication,Kimley-Horn uses a work plan tool for organizing individual project tasks by phase and discipline.The anticipated labor effort is then summarized in a matrix that forms the basis for establishing and tracking the project budget.We track the budget on a percent-complete basis in order to measure performance during each accounting report period.Project budget status reports are accessible via our intranet. The work plan is also the tool for establishing staffing for each project and identifying the anticipated labor requirements of each phase. The work plan is reviewed frequently throughout the project and is used in conjunction with our in-house"cast-ahead"process to forecast project workloads.This program requires project managers to forecast,on a weekly basis,their staffing needs for the ensuing week.This "cast-ahead"process is followed by a weekly conference call among company resource managers to identify who is overloaded and who needs work.Resources are reallocated on a weekly basis as needed to meet client schedules. A similar process is conducted monthly as project managers forecast their resource needs during the next six months.This information is used to assess hiring needs.Conducted throughout the entire 2,200-person firm,these extra efforts are performed to make sure our project managers have the resources they need to meet our clients'needs. Available Facilities, Technological Capabilities, and Other Resources Kimley-Hom's Miami office is staffed with 37 permanent employees including 14 licensed engineers,3 landscape architects, 14 technical support staff,3 CADD operators,and 3 administrative personnel.The total square feet of our office is 10,793.We utilize a full range of automated office equipment to enhance our productivity and communications with clients.Our resources are perfectly suited to serve the needs of this request for professional services,and our graphics arts capabilities are fully available to support the media outreach strategies that may be necessary. At Kimley-Hom,we are always examining our use of technology to be sure it matches our clients'needs.We understand that you want a consultant who serves as a true extension of your staff and,as such,Kimley-Horn does whatever is required to make our communication and design methods compatible with our clients.Sometimes that means we develop a project website to enhance communication between project team members.Other times it means we need to upgrade to a specific version of design software to effectively collaborate with the team.Our clients,who represent a broad range of markets and disciplines,vary widely in technological capabilities and needs;for this reason,we continuously update our own software and hardware to remain current,while also maintaining"previous versions"to serve those clients who choose not to update.By maintaining a library of resources we can cater to virtually any client in any application.Below we describe our equipment relative to these services;our extensive survey and engineering-related software i. and hardware are not discussed here,but full information can be provided,if needed. S. mac` Our firm has an internationally networked computer system that incorporates public and Q private datacenters that help our engineers and staff process data quickly and accurately. 4:8 -=„ We will produce output using Microsoft Word,Excel,AutoCAD,Civil 3D,Microstation,and k o Geopak. • .l S �r 4 Yr • In addition to networked computer systems with state-of-the-art storage and media transfer i`r 4 i- 0 capabilities,our offices are equipped with a complete array of output devices,including: , x g �s 1 • Wireless access , ;1 • �I • 3D Plotters • Laser punters ,; is i j • Color scanners . • Color printers/copiers • Color plotters Kimley-Horn's Miami office 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 3-5 Ki m ley>>>Horn -1,-v'i - • • J--:---4.1, , ®•..' s ,I® hi , c 'ur � ' A _ n the •Inn- P,J.__.,,..A . , A Group *� Services in Specialized Categories on an As-Needed-Basis . ''t� p z �,..=k;„ � Engineering '' tt..t- iff R_FQ 2014-346-YG t • Coil binding systems • Thermal laminators • SharePoint and FTP sites Our graphics arts software capabilities include SketchUp,Adobe InDesign,Adobe Photoshop,Adobe Illustrator and Microsoft Office.Our presentation systems include high resolution digital projection of PowerPoint slide shows,interactive Smart Board displays and DVD video. In-house production capabilities also include foam-core presentation boards and multi-media displays.Kimley-Horn also maintains digital photography equipment,digital video recording and video editing/production hardware and software. 0Y290033.140_Miami Beach AE As-Needed Civil.indd Page 3-6 Kimley>>>Horn rouril , _, _ ,..„:„;.,n,t,:„. . , 4. PROFESSIONAL Engineering (ENVIRONMENTAL) i 9, L ,==i �- \ I 1 , � ; i i • Cr i - , , ,,,,,,,.D.) , d . 11 i‘ r 0 .`,,,.._.., ,, 40 , itn: _. . . ,? , 1 i ), ' I' 1 r & 1, u 9 _. rte,geal rr ii1 •, 'i .. -t } Specialized C J' T'� -. ,.,,.„ 3 on an As-Needed-Basis..... . ,. ., .-,, ,. ...„.__ 4... for144- - , .r 4 .Y RFQ 2014-346-YG i a. • ,r — PREPARED FOR IL µ �>.; a A 4.- f:1: ,, _ .I ....t.t.f.n.ow:is i tik,...„ .-,, . ...e .1 ii, — \ +y 4: �Ia 1.0-" 6 1 MIAMIBEACH p. �` ` > n> � zh ..,_'F .rte ,.tA k+.�^�i 2 _,, . ,, ./ .,4c'.. '."..t..." '.--'...4 '`.- '"'''A. ..'..' ' ' ct,A, , d i Y r - _`tivZ ,,, R ;.,lilt. PREPARED BY• ✓, .--4-- ,l i 4, •- (- i 'iii» ,� " ► st, ty ,, Kim1ey > o r n l a � ,, z- y3 1 ..1 k . r i oZC ,' zf fr''.'--'J 4. - TM,.a `{ ��` NY290007.14 1 Rofessional Architectural Efl9k1 &iflg C"c rn i' S 'c/n ai' v/��'. r�r--r//7 n' fii o cord u //k4, NO!:j r : 5' t> Table of Contents Section Tab/Page 1. Cover Letter and Minimum Qualification Requirements 1.1 Cover Letter and Table of Contents 1-1 1.2 Response Certification, Questionnaire and ;�. Requirements Affidavit(Appendix A) 1-4 1.3 Minimum Qualifications Requirements 1-13 1 •• T 2. Experience and Qualifications o• R_�`- 2.1 Qualifications of Proposing Firm 2-1 - -- 2.2 Qualifications of Proposer Team `# (Architects and Engineers) 2-5 yik: ` ' 2.3 Financial Capacity 2-20 . �1 0171 - •* - . 3. Approach and ,oethodology 3-1 . - ./.., ....:, irpx. , ,-I- [- �ca4 - -- o , sue- ,_r__..... 1..' f i i,f. 7-r.s.iirgt 1,1).‘i , ;:, , „ .- .,,.;,.._E_.,.__„._,/ el- ,. ,, .,,,,.i.., .. . .. ....4, F• ..r. Jic ,..••:,_g•-,..,'. .1-, -V,-, . .4-nk i.),. . .... zi. . ,..,,... .F_r I• R y ., r _:> - i tR `�,` f- ., C ''',•,:. t 4�{ 4 y�1� •!'� � ^it"'.:y.,-�fr .jn�',:'..ft. i- %fie , y py T• � L. t wi =4A ,,,. ��;�YII2 211 11 Ill '‘, ''t '.'1. 1.00%-.tin V --:ct. ' :N4 ','''si,4‘' 1P! ;c "7---4,71 . c 9 '� f hr J- Page 1-1 ` ' Y �` w E 4 � Group. ._, _ �, � ,f:, a` ,.J „� Services in Specialized Categories on an As-Needed-Basis .1:-,--,6-_ RFQ 2014-3 4 6-Y G Engineering y = p 1 .1 Cover Letter Kimley>) Horn December 2,2014 Yusbel Gonzalez,CPPB 1700 Convention Center Drive,3rd Floor Procurement Department Miami Beach,FL 33139 RE: RFQ 2014-346-YG; Miami Beach Professional Architectural and Engineering Services in Specialized Categories on an "As-Needed-Basis"; Group B— Engineering (Environmental) Dear Ms.Gonzalez and Members of the Selection Committee: Kimley-Horn is responding to Miami Beach's RFQ 2014-346-YG to provide Professional Architectural and Engineering Services in Specialized Categories on an As-Needed Basis.We are proposing to provide services for Group B—Engineering(Environmental) services to provide General Environmental Services and Environmental and Coastal Permitting.Selecting the right Engineering Firm is the first and possibly the most important step in ensuring that Miami Beach's environmental interests are well looked after. Kimley-Horn provides a unique General Environmental Services skillset for providing environmental assessments,air and water quality testing and monitoring,environmental sustainability planning services,and environmental support services to achieve and maintain regulatory compliance.Additionally,Kimley-Horn's Environmental and Coastal Permitting team is well-qualified to prepare and submit applications for and lead agency coordination in obtaining environmental and coastal permits;prepare supporting documentation required for environmental and coastal permits including but not limited to biological reports,flora and fauna surveys,and other environmental assessments;and work with Federal,State,County,and other local environmental permitting agencies,such as the U.S. Army Corps of Engineers,the South Florida Water Management District,the Florida Department of Environmental Protection,and Miami- Dade County's Division of Environmental Resources Management.We have a proven track record with similar projects for Florida cities and municipalities. Our experience qualifies us like no other firm and offers you the following benefits: • An established relationship with the City • Knowledge of the regulatory processes and regulators • A successful track record of completed redevelopment of contaminated properties,including landfills • Experience in developing consensus and obtaining support from stakeholders • Knowledge of the community • Experience in obtaining and maximizing benefits related to Brownfield redevelopment • Relationships with developers and end users to facilitate redevelopment of the property Responsive and Accessible Contacts. Kimley-Hom strives to deliver technical excellence and timely service with practical, financially beneficial solutions.Our team is responsive and readily available,and we are committed to examining ways to reduce the City's costs. kimley-horn.corn 1221 Brickell Avenue, Suite 400, Miami, FL 33131 305 673 2025 NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 1-2 i_.5 e - iessi�/_y1 Jr■ • tl P° na i ARthite® ura ® n.'0 i\i erin -., •-• 2,11,:i. � Services in Specialized Categories on an As-Needed-Basis Engineering RFQ 2 014 346 YG KimIey ) Horn We will work closely with you to define your specific needs while implementing sound engineering and environmental solutions.Kimley- Horn's Miami office will provide project management. Brenda Westhorp,P.E.,Kimley-Hom's project manager,is your trusted advisor for this project.She will be your primary contact and is personally responsible and committed to the success of your project. Highly Qualified Project Manager. Brenda has close to three decades of experience in managing and designing environmental engineering projects in Florida,California,and Hawaii.Her expertise includes planning,permitting,design,and construction of a wide variety of projects,including redevelopment on former landfills.She is currently the project manager for a$4.9 million design services contract for the South Dade Landfill in Miami-Dade County.She has successfully managed a number of miscellaneous environmental services agreements including one for$1 Million with the Miami-Dade County Aviation Department. Agency Coordination. Our experience with similar projects has built strong relationships with the agencies that will be working with the City.We routinely work with FDEP and the DERM on similar projects and understand the regulatory requirements for the types of projects that the City may need assistance with. Cost Effective. Kimley-Horn has a long history of providing cost effective solutions to environmental projects while weighing the impacts of environmental challenges.Our successful completion of many environmental projects provides us with the knowledge of what information is required,and how to cost-effectively collect that information.Through the use of our field screening tools,site assessment approaches,and expedited site assessment activities,we can reduce overall assessment costs and time. Summary. With the selection of Kimley-Horn,Miami Beach is accessing not just a civil and environmental engineering firm,but rather a turnkey team that can provide access to the many disciplines required to support the long-term vision of a vibrant,tropical and historic community.We are eager to assist you in the implementation of your projects,and we sincerely appreciate this opportunity to present our qualifications to you. Very truly yours, KIMLEY-HORN 6/. _... .;:f--'; -/ 40 , ,, k________---- Brenda Westhorp,P.E. Jay Jackson,P.E. Project Manager Senior Vice President/Principal kimley-horn.com 1221 Brickell Avenue, Suite 400, Miami, FL 33131 305 673 2025 NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 1-3 Solicitation No: Solicitation Title: RFQ 2014-346-YG PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN • SPECIALIZED CATEGORIES ON AN"AS-NEEDED-BASIS" Procurement Contact Tel: Email: Yusbel Gonzalez 305.673.7000, Ext.6230 yusbelcionzalez(@,miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Kimley-Horn and Associates, Inc. No of Years in Business: 47 No of Years in Business Locally: 7 1 No of Employees: 7 776 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 301 Weston Parkway CITY: Cary STATE: NC ZIP CODE: 27513 TELEPHONE NO.: (919)677-2000 TOLL FREE NO.: N/A FAX NO.: (919)677-2050 FIRM LOCAL ADDRESS: 1221 Brickell Avenue,Suite 400 CITY: Miami STATE: FL ZIP CODE: 3313 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Brenda Westhorp, P.E. ACCOUNT REP TELEPHONE NO.: (305)673-2025 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: brenda.westhorp @kimley-horn.com FEDERAL TAX IDENTIFICATION NO.: 56-0885615 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2014-346-YG Appendix A— Page 1 Page 1-4 1. Veteran Owned Business.Is ro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposals claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposals must disclose,in their Statement of Qualifications,the name(s)of any officer,director,agent,or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposals must disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposals must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposals must also disclose the name of any City employee who owns,either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates Please see attached response page included after Appendix A — Page 5 (Page 1-9). 3. Suspension,Debarment or Contract Cancellation.Has proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an •ublic sector agency? YES ® NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 4. Vendor Campaign Contributions. Proposals are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposals shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Statement of Qualifications,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Please see attached response page included after Appendix A — Page 5 (Page 1-9). 5. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Procurement Division with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. Please see attached "Kimley-Horn and Associates Business Code of Ethics for Miami-Dade County"which is located after the"Response Page"(Page 1-10). SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/.•6. . *_ ..• - - - ''- - •- y'.••• -- --- - - •- - - - .• - - - •• --- - �hall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012 13(October 1,2012),the hourly living rate will be$11.28/hr with health bcnofits,and$12.92/hr without benefits. using the Consumer Price Index for all Urban Consumers(CPI U)Miami/Ft. Lauderdale,issued by the U.S. Department of Labor's fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is RFQ 2014-346-YG Appendix A — Page 2 Page 1-5 7. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control,.(e.g., there are no insurance for Reasonable Measures T providers in your area willing to offer domestic partner coverage) you may be eligible fo Reasonab a Measu es o comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. 8. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted o r as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit P P 9 a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, Statement of Qualifications,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT:No additional submittal is required. By virtue of executing this affidavit document, proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. RFQ 2014-346-YG Appendix A — Page 3 Page 1-6 9. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposer or alter solicitation requirements.The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposals are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm R ceipt Rec ipt Receipt � � Addendum 1 Addendum 6 Addendum 11 � ;' Addendum 2 !_ Addendum 7 Addendum 12 •' .ate Addendum 3 ( 4 ]'- Addendum 8 Addendum 13 .1i. Addendum 4 Addendum 9 Addendum 14 7:1--AS/L---- Addendum 5 Addendum 10 _ Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2014-346-YG Appendix A — Page 4 Page 1-7 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations,and analyses. The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2014-346-YG Appendix A — Page 5 Page 1-8 Response Page #2 - Conflict of Interest No officer,director,or agent of Kimley-Horn,or their immediate family members, are also an employee of the City of Miami Beach. No City employee owns any interest in Kimley-Horn or its affiliates. #4 — Vendor Campaign Contributions Kimley-Horn and Associates, Inc. is wholly owned by Associates Groups Services, Inc.which is wholly owned by APHC, Inc. APHC, Inc. is owned by individuals that are Kimley-Horn employees, none of which own a controlling interest in the company. Neither Kimley-Horn nor its parent companies have contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Page 1-9 Kimley-Horn and Associates Business Code of Ethics for Miami-Dade County In accordance with Miami-Dade County Section 2-8.1(i) of the Miami-Dade County Code Kimley-Horn and Associates, Inc. affirms its commitment to the following Business Code of Ethics. One of the most significant factors for our business to succeed is continue to earn the respect and confidence of those we serve and work with on a daily basis. The key to retaining their respect and confidence is acting and conducting business in an ethical and professional manner. Each member of Kimley-Horn and Associates strives to adhere to the highest standards of professional conduct and business ethics. Kimley-Horn and Associates has adopted this voluntary code to describe our organizational behaviors and policies for our employees. Guide lines 1. Conduct business honestly, openly, fairly, and with integrity. 2. Comply with applicable laws, statutes, regulations and ordinances. 3. Adhere to individual professional code of ethics respective to each field of experience and professional registration. 4. Avoid known conflict of interest situations. 5. Never offer or accept illegal payments for services rendered. 6. Take appropriate corrective action against employees, consultants or contractors who act in a manner detrimental to the letter or spirit of this code. 7. Kimley-Horn will comply with all applicable governmental rules and regulations including, among others, the Miami-Dade County Conflict of Interest and Code of Ethics Ordinance and the Miami- Dade County False Claims Ordinance 8. Kimley-Horn shall comply with all applicable rules and regulations regarding Disadvantaged Business Enterprises, Black Business Enterprises , Hispanic Business Enterprises and Woman Business Enterprises (hereinafter collectively Minority Business Enterprises, MBE's) and Small Business Enterprises (CSBEs) and shall specifically prohibit the following practices: Page 1-10 (1) Pass-through Requirements. The Code shall prohibit pass-throughs whereby the prime firm requires that the MBE or CSBE firm accept payments as a MBE or CSBE and pass through those payments or a portion of those payments to another entity including, but not limited to, the owner/operator of the prime firm; (2) Rental Space Requirements, Equipment Requirements or Flat Overhead Fee Requirements. The Code shall prohibit rental space requirements, equipment requirements and/or flat overhead fee requirements, whereby the prime firm requires the MBE or CSBE firm to rent space or equipment from the prime firm or charges a flat overhead fee for the use of space, equipment, secretary, etc.; (3) Staffing Requirements. The Code shall prohibit a prime firm from mandating, as a condition to inclusion in the project, that a MBE or CSBE hire, fire, or promote certain individuals not employed by the prime firm, or utilize staff employed or previously employed by the prime firm. (4) MBE or CSBE staff utilization. The Code shall prohibit the prime firm from requiring the MBE or CSBE firm to provide more staff than is necessary and then utilizing the MBE or CSBE staff for other work to be performed by the prime firm. (5) Fraudulently creating, operating or representing MBE or CSBE. The Code shall prohibit a prime firm including, but not limited to, the owners/operators thereof from fraudulently creating, operating or representing an entity as a MBE or CSBE for purposes of qualifying for certification as a MBE or CSBE. 9. The Code shall also require that on any contract where MBE or CSBE participation is purported, the contract shall specify essential terms including, but not limited to, a specific statement regarding the percent of participation planned for MBEs or CSBEs, the timing of payments and when the work is to be performed. 10. The failure of a contractor to comply with its Code of Business Ethics may render any contract between the contractor and the County void, and subject violators to debarment from future County work pursuant to section 10-38(h)(2) of the Code of Miami-Dade County. The Inspector General shall be authorized to investigate any alleged violation by a contractor of its Code of Business Ethics. Page 1-11 PROPOSER CERTIFICATION I hereby certify that: I,as an authorized agent of the Proposer,am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Jay Jackson,P.E. Senior Vice President/Principal Signature of Propos ' Authorized resentative: Date: December 1,2014 State of FLORIDA ) On this I srday oft C�iBE .20i(personally appeared before meTAif serf eami who County of CJCA-Kt1iF ) stated that (s)he is the S2vP 1 Pie,Aici k_ of 4illuEy-Awn' , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: 441,6 Notary Public State of Florida Charlene Kunold Notary Public for the State o Florida G . •f My Commission FF 099962 My Commission Expires: D-141—I b or ti, Expires 02/19/2018 RFQ 2014-346-YG Appendix A— Page 6 Professional Architecturak°En.ineeru . Group • ,- Services in Specialized Categories on an As-Needed-Basis' 9 En ineer'n r�is ,_ , y 1 i RFQ X014 346 YG Er : 1 .3 Minimum Qualifications Requirements Kimley-Horn Firm Licenses STATE OF FLORIDA S t ate of Florida DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION 7 w +r BOARD OF LANDSCAPE ARCHITECTURE ti LCCCiall 1o2le y r 'P,Q Board of Professional Engineers Nam Board tPE REGIBTEREDSINESS a} ' ;{?i• Attests shot Under the provnwns&Chapter 491 FS Expiration dab'.NOV 30;2015 i Kimlev-Horn&Associates. Inc. .-; f'uPE KIMLE HoRNANOA$SOCUITESIPIC. •� 1l FR O Bl 33006 )9C'2103 •. 74 is authorized under the provisions of Section 1.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes. _ ,,..,, y -eY r i ® *\ e,• � , .a lH/HWII Expiration:2t28/2015 CA Lic.No: *v' N`y.- Audit No: 228201502592 Certificate of Authorization 696 RICK SCOTT ISSUED 10r+1R013 SEO•L1310210001450 KEN LAWSON GOVERNOR DISPLAY AS REQUIRED BY LAW SECRETARY 4`f t,. Fiords Dep•o.rm 4 1GrinMure u.4 Con.,.v 11.1ee, -7r IB,A ae of Comm=Sande License Ns.:LBIG% STATE OF FLORIDA 1' 'O Board 11P ahWoa.I Surveyor. M.ppen 3 DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION :=.7` LOSAp.lmbs Morey T. ..,nand.32399-65011 6x{ri'5 Date February 23,_015 BOARD OF PROFESSIONAL GEOLOGISTS V4- 47 license�umae. ..ru .175 The GEOLOGY BUSINESS Named below IS CERTIFIED Professional Surveyor and Mapper Business License under the provisoes of Chapter 492 Fs. Umber dm 1.provisions of C toprer 472,Floods SEES. Exaraton dab:JUL 31,2078 CI •MLEY-HORN AND ASSOCIATES,INC. SMLEY-HORN AND ASSOCIATES INC + KI 'El 3001 WESTON FILMY .. PO BOX 33008 G-•: CASY,NC 27513.2301 c. RALEIGH NC 21836 ; ADAM H.PUTNAM ti COMMISSIONER OP AGRICULTURE el l'. TAR..es*rrami.+..,.,.rs.,sEms wow rr.rrsws.r..a.Yam..,,PSryorarm.R..9s.. ISSUED 07/502014 DISPLAY AS REQUIRED BY LAW SEO•Lt407200003720 Kimley-Horn Staff Licenses �� j . ; = K •- State of Florida• .:►.i>AEOlataaos3.a1a3. < •''RL- tans 't+► `r:. • ti `'i 4 t A-: •s`' Board of Professional Engineers • ter,_a. Attests that *a, x w — = -s Brenda J.Westhorp, P.E. 110,10repor -., _.... _ ... l p;ra t'' is licensed as a Professional gineer under Chapter 471,Florida Statutes• \'‘.F. Expiration:2/28120155 PE Lic.No: < ` - - - And No 228201511307 42801 ' DISPLAY AS REQUIRED BY LAW ‘,.. littionemitto L,a ra ,• of DEPARTMB.; ■ S/ ` + GLLATIOV� I � Miami • p f •„ ,t •I. 's9 Moon the rerommtnbatian of the fatnitp • • i :y ,{' •;O has conferral on d �Ilttgttrita Rosa f�iraWn • • / ? the begree of get•.;M .:t •1 llfactlelor of*ciente In Environmental Engineering • I . 11 t0�1 3 moo °' D z' lvtth all Mt rtgbte.Immo AP priedege4 termite appertaining. ►eo•ow-*!!tji 1•A`1'f .';,l't tt et,' I t e - 3a!Dorm Whereat,the oral of the EElnattrsltp sub die signatures N of the Treading ad the Bran art hereunto)Amt. d!Wen at Carat&Otis,!hobs,on t 1 ;C?7 . s,.•4a�~!r;9E-'= - " . `•-ff,,, Oso9th.2014 a. a , '.•��• .I. .: tom ,. VVV �`• !. uwt fifes,Govern,�,.�.0� A, ice•'• eo•7. art,Secret NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 1-13 Kimley>>>Horn ,.., . Rofessionat Architectural En.Ineer!ng Group Services in S ecialized Cate���ores onnan As-Needed (,3� �: � p.. _ g Basis ,i ' -` ,5`. R F Q 2 0 1 4-3 4 6-Y G Engineering - ' 1 <!� i , t � � to K'2 ![hr iInturritu of 1I'lIi tllci '° k ft �+ �� x has ranferreD on a,2 -aka 's ! °° gautib:ihannun(6iuliman f 4 ,, �, ss-k the Degree 'g, �. k . & `'Q It `i� :.4. r ,I ,,t : aster of_r � " '>r c'''''''"4;*`.,,,-,4I,- t: .3 ttnD ,ill the rights anD priuitrges thtreunt0 appertainiitg. `, �� x�-,„.,-.-:.,.• ,.r �. �I T. w�. p.s:� � 3 t'; �ii �1lltneas �1lhereuf, this Diploma, Dub; signeD, has . 0�` "' �4 5 = been issueb anb the seal of the 311ninersitu affixeb. ,. 7� �^� ?��; �"" �" .�&." � �'' ' J.uuD bo the$uxcD of�rgrnto upon rrroaaurnilatinn of the +�saclhi of• ,� ,'''7';i'''-; of > st .1485. the lMraDuate'+rhuul °�'±"`y' _q-�„- at(�isintsuille.I4is sistkt i1am of.1tHau,,'-1.,11.1959. _w”' + - �_1 f..7 ♦ A• - 'mil a_.I.tt-.R..,i ". • .isle Ike• F•�:, 011111"."' 111,11sidarat.ifisdila I ..1C.:4),9/.t. . ...1 1 J..,a...../...,,.,.. 4a.. i'd. i....+.../...... (uuisaltlna iiruion • Xonisalunn ruflnt• __ ...yard e4.....q.e4—d ism,ngytda/..4( • elnr of„Science .H.44....,..—.4 7l 4. a dowdy.... 4.I—1 i i..h..? w1 fitastu ...4.114....• .74..1,.:4.44...4/4.4.,.... .a�..MrilltU J. " i,.... 11/4.../.14, .9../id. q1.......?y...d 44..1z,w4,w,f' 4.1.6...64.9.19 ...4...,.4 as.d if...iw..L.., 44.../y/.d. """^"7...I.K.ermi""1.4 :.w..t.fd.l.....:..44.99/44 y!,Sa/4.4.... 6f.. - !, 414..,.....A....A y.../64.....4 1 ihnt e,1994. Ap 4. ■ S 1 ip - //'t.4. it .7---: , -, —___ :, :ii :, 41.70,...,_ i1 lk' .,gyp 11*10:64 :irb Airfrr.Jr. 4....7..44;,,,.., ,,,,,,,h,,4.....x.y Ad,,.d,4...y,,...a..../..4 .4',4,.....,...,..,..o I d.,..4.44.u 4...-y ar..14 td,dyw...f, Larbelur of tirtenre .1...I ws.4......,/ht,, ..w/.146'.,.yl..nh..,,.,.i/A.rg.,bw.td to .yiL-......t.....r.'7rf",i/A..,...r4., Inst.1905. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 1-14 Ki m I ey>>>H o r n Rofessional kchflectural Group r Fti' Services in Specialized Categories on an As-Needed-Basis Engineering ,:r r R F Q -3 4 6 G IENVIRONMENTk Kimley-Horn's State of Florida Dept. of State Certificate State of or a Department of State I certify from the records of this office that KIMLEY-HORN AND ASSOCIATES, INC. is a North Carolina corporation authorized to transact business in the State of Florida, qualified on April 24, 1968. The document number of this corporation is 821359. I further certify that said corporation has paid all fees due this office through December 31, 2014,that its most recent annual report/uniform business report was filed on April 22, 2014,and its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-second day of April, T 2014 IF.i-7-l''11' P....,,i', i' --^... klet...a, 7*7 i"'! 16"‘ 04‘OA ---'. 4 Secretary of State Authentication ID:CC6794125793 To authenticate this certificate,visit the following site,enter this ID,and then follow the instructions displayed. https://efile.sunbiz.org/certauthver.html NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 1-15 Kimley>>>H o r n {' ofessonat Architectural '- Engrieering Group 1 1 rvlces in Specialized Categories on an As-Needed-Basis Bases - RFQ 2014-346-YG Engineering ti,.� x' tENV/WONMENt.AL,Aii, 2. Experience and Qualifications 2.1 Qualifications of Proposing Firm Firm Background Kimley-Horn was founded in 1967 and is now one of the largest and fastest growing full-service consulting firms in Florida.Our permanent staff includes more than 2,290 professional,technical,and support staff nationwide and more than 470 employees in 15 offices throughout Florida. Kimley-Horn has four South Florida offices in Miami, Fort Lauderdale/Plantation, Boca-Delray,and West Palm Beach with more than 200 staff available to serve you.As a civil engineering,planning,landscape architecture,and environmental services firm,Kimley-Horn offers a full range of consulting services to local,regional,national,and international clients. We remain one of the few employee-owned consulting firms in the nation. Kimley-Horn provides an integrated spectrum of services designed to best meet your immediate needs,as well as your big picture priorities.We have extensive experience serving municipalities,counties,and governmental agencies.Additionally,many of our employees are former municipal engineers and planners.They have been on our side of the table and are familiar with local government procedures. l L.-~, Y Over the last 15 years,through our integration of site assessment and �{ t remediation with site civil design,permitting,and planning,Kimley-Horn `rte { I Y- has evolved into one of the premier environmental and Brownfields ti --, redevelopment engineering firms in the state. - Kimley-Horn's quality work environment and stable employee base has led to recognition with two T '7,-.— - major employer-of-choice awards. Fortune magazine recently selected Kimley-Horn as one of its 100 — Vero Bead Best Companies to Work For. In addition, Engineering News-Record ranked Kimley-Horn 33rd of 500 Sarasota - St Lucie Port Charlo U.S.design firms, 15th in transportation,and 15th among"pure design firms"in 2014.Much of opme Fort esi Palm Beach growth extends from the confidence and trust that clients place in us. Kimley-Horn's long record of '~ — ;ForrttLauderdale technical achievements is enhanced by our reputation for effective management and personal service. 'Miam; Our clients benefit from the resources of a nationally recognized organization while receiving - . .; the personal attention and response of a small dedicated professional team. - Types of Professional Services Kimley-Horn provides an integrated spectrum of engineering,planning,and environmental services.We have extensive experience serving municipalities,counties,and governmental agencies. Because we are a multidisciplinary firm,we have the expertise and personnel to tackle all aspects of your project outlined in the RFP.We are very familiar with the issues facing the City of Miami Beach and our capabilities and expertise in the following types of services will provide direct benefits to the City. These services include: • Site assessment and remediation design • Coastal permitting • Permitting and compliance • Master planning • Solid waste planning,design and construction • Site civil design • Brownfield services • Sustainable design(see note below) • Public outreach • Stormwater • Grant preparation and management NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-1 Kimley>>>Horn 1 Professional ArchitecturafEngineering Group Services in Specialized Categories on an As-Needed-Basis Engineering - r RFQ 2014-346-YG ;`hg ri Sustainable Design Why sustainability?Simply put,we feel it is the right thing to do.A firmwide committee is currently spearheading the vision of sustainability within Kimley-Horn.This green initiative stems from our people's passion and seeks to better serve our clients as both our society and industry demand change.Sustainable development requires an integration of landscape architecture,planning,engineering, environmental expertise,creative problem solving,and excellent communication skills,all of which are inherent to Kimley-Hom. In fact, we are already becoming recognized as a leader in consulting for sustainable development projects. In addition to our external practice, Kimley-Horn has made a firmwide effort to"green up"internally,encouraging environmental responsibility in the workplace.Some of the ways we have moved forward in this regard include going paperless, making recycling easy,supporting mass transit,green ranking, green roofs,porous pavement,bioswales,bioretention,low volume irrigation,and rainwater capture. Related Experience and References Kimley-Horn has the ability to integrate our environmental expertise with our land development skills and experience to provide Miami Beach with the entire range of required environmental consulting services.Through our local and statewide knowledge,experience with contamination assessment and remediation,professional relationships with regulatory authorities,and expertise in community outreach, planning,site design,and development,we have developed a highly successful environmental practice that is focused on results.Our team is differentiated by its integrated,in-house disciplines,which are the core of redevelopment. Walmart-- Clinton Jacksonville, Florida • Completed 2013 The Walmart store on Philips Highway is one of the few successfully developed R. Brownfield sites in North Florida.The successful completion of this store is , . �, ' credited to the collaborative efforts of Walmart,the City of Jacksonville,the Florida I " =, • I _. Department of Environmental Protection(FDEP),and local citizens.The project was considered such a success by the FDEP that it has been used as a model for - -y-- remediation of similar sites within Northeast Florida. The property consisted of three separate parcels that had been subject to unpermitted dumping and disposal of waste over a period of decades.The dumping created groundwater contamination and more than 64,000 tons of waste and contaminated soil.Soil and groundwater contamination were also present from a former gas station and an automotive maintenance facility.The contaminants of concern(COCs)identified were arsenic,lead,pesticides,petroleum compounds,ammonia,and nitrogen.Due to the magnitude and the extent of the waste and contamination,the owners of the parcels could not afford the assessment and remediation of this environmental hazard.Therefore,the cleanup had to be funded by city and state taxes,or a developer needed to determine an approach for remediation of the site that would maintain an adequate return on investment. To effectively address the soil and groundwater impacts,Kimley-Horn developed a remediation plan consisting of the removal of waste and contaminated material along with the implementation of engineering and institutional controls.Waste and contaminated soil were excavated and screened to remove debris.The residual screened material(RSM)recovered from the screening was contaminated with COC.To address the RSM contamination,the material was placed beneath the asphalt pavement on-site,above the water table.This approach allowed for the N Y removal of the contamination source(the solid waste)and also enabled the use of the RSM as fill.A total of approximately 54,000 tons of waste and debris were disposed at the landfill and approximately 12,000 tons of RSM were available for use on-site as fill. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-2 Kimley>>>Horn -, 1 I • ,, Professional ArchitecturaIEngineering Group "7 Y ._• Services in Specialized Categories on an As-Needed-Basis ,, ; RFQ 2014-346-YG EnginNng ',,D.. ENVIF.ONMEN-gL; The benefit to the environment and the city was the cleanup of solid waste and contamination on an underutilized commercial property, accomplished with the use of private funds.The benefit to the community was the creation of services and jobs in a corridor that offered none at that time.The site will receive a Site Rehabilitation Completion Order in 2011.Kimley-Horn services were provided within budget and met the time requirements for this expedited remediation.This project was awarded first place for large-scale redevelopment by the First Coast Chapter of the Florida Planning and Zoning Association. Client Contact:Michael Goldstein, Esq.,Akerman Senterfitt, LLP,305-982-5570, mgoldstein @akerman.com Biscayne Commons Assessment, Cleanup, and Redevelopment Services North Miami, Florida Completed 2009 The Kimley-Horn and Geosyntec team worked together to provide site civil , ` engineering design and permitting,geotechnical,and environmental site E . >r`iik assessment and design/permitting services for a 12 acre former landfill site,which . — 't�Ialr .. 'r' ' ' was redeveloped into a 120,000 square ft commercial retail establishment referred , : _._J _ to as Biscayne Commons.The property historically(1973 through 1976)received . .. _ - ....L. construction and demolition debris(C&DD),as well as limited amounts of MSW. � Waste thickness extends to 15 ft in some areas of the site.The site operated . and was closed with no permit.The site setting is complicated by the presence y of the adjacent 291-acre Munisport Landfill Site(formerly listed on the NPL).The 4 Biscayne Commons Site was designated a Brownfields area by the City of North Miami in December 2002 and a Brownfield Site Rehabilitation Agreement(BSRA)was finalized in April 2003.Construction began in early 2003 and was successfully completed in January 2005. Geosyntec is currently responsible for implementation of the gas mitigation system operation and maintenance. Client Contact: Michael Goldstein,Esq.,Akerman Senterfitt, LLP,(305)982-5570, mgoldstein @akerman.com South Dade Landfill Cell 3 Closure Miami, Florida Completed 2010 The South Dade Landfill(SDLF)is a 320-acre Class I municipal solid waste(MSW)facility located in southern Miami-Dade County which is owned and operated by DSWM.The SDLF is one of the most important facilities for Miami-Dade County as it serves as the"safety net" for the disposal system,should other waste disposal options fail.The SDLF consists of five cells designated as Cells 1 through 5.Cells 1 and 2 have approximately 60 acres of combined footprint and are closed;the 50-acre Cell 3 is inactive and currently undergoing closure construction,while the 50-acre Cell 4 is currently active and receiving Class I waste. -------- .-_ --, - _s,,.. Our project manager, Brenda Westhorp,was selected in the fall of 2007 to _ provide the DSWM engineering services for this important project at its South --- -- Dade landfill while working for her previous firm,Westhorp&Associates, Inc. =' ---: – This nine million dollar construction project consists of the installation of a final cover system that contains both geosynthetic materials and soil layers r�'��`�==� -�.�� on both the top and side slopes of this 40-acre area.Vertical landfill gas and leachate extraction wells with air driven hydraulic pumps and associated - x horizontal piping,and construction of a stormwater drainage system to- - -1 6 ir- convey stormwater collected on the top and sides of the cell to existing stormwater swales at the bottom of the landfill while minimizing erosion.The drainage system consists of drain inlets and pipes in the bench terraces NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-3 Kimley>>>Horn • s Group Professional ArchitecturaH3r Engineering 'J • , Services in Specialized Categories on an As-Needed-Basis k En ineedn RFQ 2014-346-YG ,ENVIRONMENTAL) located along the side slopes. Upon completion of this work,36 vertical gas extraction wells were installed throughout the cell,ranging in depth from 40 feet to 100 feet in depth.Twenty wells were installed on the top of the landfill cell,while eight each were installed on both the south and the north slopes.These wells were tied into approximately 4,450 feet of horizontal gas header lines on the top of the cell and approximately 4,000 feet along the side slopes. Upon completion of the gas wells and header lines,a 6-inch layer of compacted limerock was placed over the entire cell prior to the placement of the geosynthetic layers.The geosynthetic layers consisted of an 8 oz.non-woven geotextile fabric cushioning layer overlain by a 40-mil linear low density polyethylene(LLDPE)geomembrane.A geocomposite drainage layer sits on top of the geomembrane. 120,000 cubic yards of cover soil was placed in an 18-inch layer over the geocomposite material,which was then overlain by 6 inches of topsoil and sod. The stormwater drainage system consists of four drainage inlets located at the top of the cell which convey rainwater down the side slopes of the cell via 460 feet of 18-inch high density polyethylene pipe(HDPE)per trench. Each length of drainage pipe discharges into an energy dissipator located at the toe of the cell,which then discharges the water into the site's perimeter stormwater swales. Westhorp provided construction inspection services working hand in hand with the County's staff during the closure of Cell 3 at the SDLF. WA oversees the construction of this 40-acre cell closure with our trademark hands-on approach to keep the project running smoothly. Our onsite field engineer provides daily onsite oversight and inspections to ensure the construction is in compliance with the permitted requirements.The preparation of daily field reports,weekly meetings,and our constant communication with the Contractor and the County keep this project running smoothly.Our project team also provided timely review of the Contractor's requests for information (RFIs),project submittals,and pay requests.Close coordination with our construction quality assurance(CQA)sub-consultant, Geosyntec made the conformance testing of the liner system installation a seamless component of the project. Client Contact:Asok Ganguli P. E.,Miami-Dade County Department of Solid Waste Management,(305)514-6687,asok @miamidade.gov Miller Park �. .,__.�_ .. , ._ - •,.. _w{m� .., - Delray Beach, Florida ' `, °"_"`"' "' . Completed 2010 Kimley-Horn developed the master plan and provided detailed design and construction phase services for the renovation of this existing 24-acre park in Delray Beach. .. ,., Miller Park is the City's primary baseball complex and home • to year-round baseball schools.This$5.5-million renovation included the construction of three new buildings,four .�_ r lighted baseball fields, batting cages,public parking,and 1-7////�' the City's first Miracle League baseball facility.The park is vital to the City's youth baseball program and,as such,extensive coordination was required to ensure that user needs were / addressed. Portions of the park facility lay over an old landfill,which created challenging r ' • • P Y Y 9 9 x foundation and grading requirements.The shallow landfill was used for household waste A ,1' '' • '_l- and closed in the early 1970s.Two issues needed to be addressed before FDEP would - " approve permits for construction.Waste materials beneath the building foundations and utility installations had to be removed and hauled offsite to an approved disposal facility.In addition,addition,a methane mitigation system had to be designed for structures that were 1 present on the site.This included a vapor collection system beneath concession stands and the restroom buildings and methane monitors around building foundations.The park opened in late 2009 and has been operating successfully since then. Client Contact:Tracie Lutchmansingh,P.E.,City of Delray Beach Parks and Recreation Department,(561)243-7305,Lutchmansingh @ci.delray-beach.fl.us NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-4 Kimley>>>Horn Y '` Professional ArchttecturaIEngineennç; Group flaVtl Services in Specialized Categories on an As-Needed-Basis Engineering g rf � : g7NMEN? City of New Smyrna Beach Brownfield Assessment Grant City of New Smyrna Beach, FL , 2011 -2012 ' • Kimley-Horn provided Phase I and Phase II environmental assessments,as well ®, as remediation planning services under a 2009 EPA community-wide assessment ar ' grant for$400,000 awarded to the City of New Smyrna Beach and its Community -- Redevelopment Agency.Our services included preparation of site-specific quality assurance project plans, health and safety plans,and evaluation of analyses of Brownfield cleanup alternatives for sites selected by the City.We have also provided program management and reporting services.The work conducted by Kimley-Horn under this grant has been focused on keys sites along the US 1 Corridor and Canal Street. Our work has led to regulatory closure of contamination at the Dunn Lumber property,removal of storage tanks and cleanup at the former Hi-Way Mart,and evaluation of the extent of contamination associated with the Foleys Dry cleaning Site.Our work with the program and specific sites along the US 1 Corridor has provided us with a thorough understanding of the redevelopment challenges within this area. Client Contact:Tony Otte,City of New Smyrna Beach CRA, (386)424-2160,aotte @cityofnsb.com 2.2 Qualifications of Proposer.Team (Architects and Engineers) Project Management Capabilities Kimley-Horn recognizes that both a strong project manager and experienced management team are key to exceed your expectations for each assignment and execute this project successfully.Our project manager, Brenda Westhorp, P.E.,will be the one point of contact for the City of Miami Beach.She will direct each assignment and have complete authority to allocate Kimley-Horn resources. Our standard management practices require that project managers prepare a detailed work plan and management plan for each assignment.This work plan includes all project elements such as staffing,schedule,project requirements,and implementation strategies. Our approach to project management is characterized by the following philosophies and policies,which are ingrained in Kimley-Horn's culture: • Our project management plan will promote efficiency,clarify communication protocols,and provide project direction. • Our project management plan will clearly identify the staffing requirements,schedule,budget,and plan for effective quality control and independent reviews, producing a result that exceeds expectations. + We will view the project from your perspective,examine issues in a strategic context,and provide you with tactical solutions. In short, Kimley-Horn has a no-nonsense,team-oriented,results-driven management approach that is saturated with top-quality,highly motivated professionals who consistently produce superior results.We have the depth of resources,local experience,and diversity of expertise to assist you with the City of Miami Beach's General Environmental Services and Environmental and Coastal Permitting needs. Our Project Team Kimley-Horn understands that when you select an engineering consultant,you are really choosing people who offer you technical expertise,extensive hands-on experience with similar projects,and a demonstrated record of quality and responsiveness that will make your project a success. Kimley-Horn's culture is structured to hire and retain highly motivated employees who exude pride and enthusiasm for Kimley-Horn and the services we provide. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-5 Kimley>>>Horn ` � ofessional Architectural D En ineerinc Group Services in Specialized Categories on an As-Needed-Basis r. R F Q 2 014-3 4 6 Y G Engineering (ENVIRONMENTAL. We have organized a core team of practiced professionals to provide a high level of responsiveness to the City of Miami Beach, both in terms of exceptional local interaction and support,and extensive technical experience in the disciplines you require.Kimley-Horn professionals and their specific roles for this project are outlined below.An organization chart and resumes for our staff are included at the end of this section. Brenda Westhorp, P.E. Project Manager Prior to joining Kimley-Horn and Associates, Brenda J.Westhorp, P.E.was the president of Westhorp&Associates, Inc.a company she founded in 1997 as a 100-percent woman-owned business.Brenda has close to three decades of experience in managing and designing environmental engineering projects in Florida,California,and Hawaii.Her expertise includes,but is not limited to site investigations, planning,permitting,design, and construction of a wide variety of projects.She is currently the Project Manager for a$4.9 million design and construction services contract for the South Dade Landfill in Miami-Dade County.This project included closure construction for 50 acres of this facility.This portion alone was a$9 million dollar project that included a landfill gas collection system,stormwater drainage, and a multi-layer cover system.Brenda is a hands-on project manager with a passion for client service.She holds a Master of Science degree in Environmental Engineering from the University of Central Florida and is a Registered Professional Engineer in Florida, California,and Texas. Margarita Giraldo Project Analyst Margarita's experience includes environmental sampling and analysis and report preparation;permitting; project and field engineering assignments,and other environmental support services,for a variety of environmental projects.She is experienced in the preparation of Phase I and Phase II Environmental Site Assessments. David Goldman, P.G. Technical Advisor David will serve as a member of the technical advisory group,as well as provide environmental and Brownfields services. David works out of Kimley-Horn's Jacksonville office and has managed numerous similar Brownfields programs with outstanding success.He has successfully written, implemented,and managed EPA federal Brownfield assessment and cleanup grants. He brings a hand-on perspective to the grant process in that he is a registered professional that not only prepares the grant,but is also in the field doing the work and conducting public outreach meetings.David's Brownfield achievements include over$6,000,000 in Brownfield tax credits and grants for his clients in the state of Florida. His achievements are characterized by the tight management of all aspects of the project with full coordination and communication of all issues. David has more than 25 years of experience conducting and managing assessment and remediation projects involving Brownfield sites,hazardous waste,industrial waste, and petroleum contamination.He has extensive experience and success with the integration of site assessment and remediation with land planning,civil design,permitting,and construction.He has personally brought a total of 15 Florida Brownfields projects to full construction and redevelopment completion under state and federal programs. His professional and personal dedication extends to his participation in the Florida Brownfields Association's Legislative and Technical Committees.David earned both his Bachelor and Master of Science degrees in Geology at the University of Florida and is on their Geology Advisory Board. He joined Kimley-Horn in 1999 and is a Professional Geologist in Florida, Georgia,and North Carolina. Luke Davis, P.G. Project Geologist Luke has more than seven years of experience primarily associated with site assessment and remediation projects across the southeastern United States.His specific experience includes pre-transaction environmental due diligence, Phase I and II Environmental NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-6 Kimley)>>Horn , Group :_��� ProfessionalArcliitectural ';'icy Engineerin j Servi ces in Specialized Categories on an As-Needed-Basis R F Q 2 01 4 3 4 6 Y G Engineering t ,ENvMRON,MEN-a;; Site Assessments(ESAs),field sampling,and preparation of technical documentation to the appropriate regulatory agency. Luke stays abreast of the changes associated with the federal,state,and local regulatory agencies,resulting in prompt closure of contaminated properties. Luke has prepared contingency plans for soil,groundwater,and vapor contamination during site construction. He has directed health and safety initiatives for work crews at nuclear power facilities. Mr. Davis is a registered professional geologist in Florida,Georgia, and North Carolina. Leah Zihiman, CHMM Phase I and Phase II Assessments Leah has five years of experience providing a variety of environmental support services,including hydrogeologic investigations, environmental site assessments,and soil and ground water remediation projects involving petroleum contamination and hazardous waste.She has experience conducting Phase I and II Environmental Assessments in accordance with ASTM Standard Practices E1527-13 and E1903-97 and is proficient performing risk assessments to determine potential for contaminants in soil and groundwater that could affect public health and the environment including two-dimensional fate and transport modeling(BIOSCREEN)and riskbased action level calculations.Leah earned her Bachelor of Science degree in Environment and Natural Resources at Ohio State University. She is a Certified Hazardous Materials Manager. Lynn Kiefer Senior Environmental Scientist Lynn is a senior environmental scientist with 24 years of experience conducting natural resource and ecological evaluations for both public-and private-sector projects in freshwater ecosystems,marine ecosystems,and terrestrial habitats.She specializes in endangered and threatened species survey,coordination and habitat management,wetland permitting,and National Environmental Policy Act(NEPA) compliance(environmental impact statements,environmental assessments,categorical exclusions,and finding of no significant impact). Lynn has a strong working knowledge of all Florida ecosystems and the related issues associated with effects to these resources. She routinely works with the U.S.Army Corps of Engineers,the Florida Department of Environmental Protection(FDEP),the Florida Department of Transportation(FDOT),and various Florida water management districts. Lynn earned her Bachelor of Science in Marine Biology from Auburn University and her Master of Science in Coastal Zone Management/Oceanography from the Florida Institute of Technology.She is a certified Professional Wetland Scientist and also earned U.S.Army Corps of Engineers Wetland Delineator certification.She is also an authorized gopher tortoise agent. Mike Kiefer Senior Environmental Professional Mike has more than 31 years of project experience and has been responsible for conducting environmental analyses,planning,and design;environmental permitting;and construction phase services throughout Florida and across the country. He serves as a project manager and senior environmental professional specializing in coastal and waterfront land development conducting engineering and environmental analysis. Mike is frequently called upon as a resource and/or manager for projects that are controversial from an environmental resource management and permitting perspective,or on projects that are complex from a regulatory approval perspective,or to solve issues that may be encountered during planning,design,or construction associated with tidal waters,rivers and streams,estuaries,lakes,or wetlands. He is also regularly called upon to provide direction and guidance with marine structures, shoreline erosion control,and boating facilities,conducting various assessments including impacts assessments,alternatives analysis assessments,secondary and cumulative impact assessments,public interest evaluations,Use of State Lands approvals,assurance for anti-degradation of water quality,benthic studies,seagrass assessments,hydrographic studies,water quality and sediment quality assessments for dredge spoil disposal,and threatened and endangered species assessments and coordination and underwater inspection. Mike earned his Bachelor of Science degree in Oceanographic Technology from the Florida Institute of Technology. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-7 Ki m l ey>>>H o r n — 2 U 2 _ _ r c U ,.M .. a U c w S -.' I '0 N RS C ,--7): -0 co 0 •0 cn 0 -0 UN N cn U n. J c a � C- c 'a) , = W c --8 C`3 U O Q p) c3 •2 L C5 o 0: co w ca -c Cl) 0 Q2 m —� U w a C cz = . cn Q,)- o Q o f c >, =,. U o m •� 4J co t a� •- N C = C ■, . U U "0 cti Q aE t° `� > c� W C ):.:.. - o (j a) L-- - - rQ =1:12 0 = o . Mi c, ez ._0)5 ._.„ 1 1�- ..., Z . , 4 . m .-7.-.1 - •.- -,,, W .1 #-- -"i '0 '' i t r4....: t,7. ,...... .,,- ... .., -1.,' ,. 'r 4 i"Alg4tPlitlir. - - ""--'''''''''41''1 • ° ®f-ssion:_ re .fee u at lo g :ginee Group Brenda Westhorp, P.E. Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Eng;n rng Project Manager 1 Relevant Experience Water and Sewer Department South District Waste Water Treatment Plant,Miami-Dade County,FL—Principal in Charge for this environmental site assessment project. Free- t floating product was observed within an excavation during dewatering activities for the installation of a 72-inch pipeline at the South District Wastewater Treatment Plant in 2011.Westhorp&Associates, Inc.(WA)was tasked to perform a site assessment within the affected area which included the installation of several soil borings and groundwater Special Qualifications monitoring wells.Soil boring and groundwater samples were collected and analyzed within • Has 30 years of experience the affected area,as well as soil samples from the perimeter of the WWTP's property. in managing and designing These samples indicated elevated background levels of arsenic in the soil.These results environmental engineering projects in were submitted in site assessment reports and addenda submitted to RER.Additional soil Florida,California,and Hawaii sampling and analysis is currently ongoing in the area per RER's requirements,as well as • Extensive experience in solid a one-year monitoring only plan for the five groundwater monitoring wells within the project waste management,environmental area.June 2004-July 2013. assessments,and stormwater management SR-836 Contamination Screening Evaluation,Miami-Dade County,FL—Project manager.An • Expertise includes site investigations, assessment of the soil and groundwater was performed in the areas that will be affected planning,permitting,design and during the construction of the Dolphin Expressway Capacity Improvements Project by the construction of a wide variety of. Miami-Dade Expressway Authority(MDX).Soil borings and groundwater monitoring wells projects were installed within the rights-of-way of SR-836 and samples collected for laboratory Professional Credentials analysis.Results were compared to Miami-Dade County cleanup target levels and a • Master of Science,Environmental I summary report prepared and submitted to MDX.The project involved coordination with Engineering,University of Central MDX,the City of Miami,and several stakeholders within the project area.June 2012- Florida • Bachelor of Science,Environmental I March 2012. Engineering,University of Central Hammocks Community Park Corrective Action Plan,Miami-Dade County,FL—Project Florida ', Manager for this Corrective Action Plan for Miami-Dade County Parks,Recreation and • Professional Engineer in Florida, Open Spaces.This project consisted of the design of a 12-inch soil cover to be placed California,and Texas over this 20-acre park located in southwestern Miami-Dade County due to the presence Professional Organizations ' of arsenic above screening levels in the upper two feet of soil.The arsenic contamination • American Society of Civil Engineers was documented by the Miami-Dade County Department of Regulatory and Economic (ASCE) ` Resources(RER)in 2012.Westhorp&Associates,Inc.was tasked by CEI,RER and • Florida Engineering Society Miami-Dade Parks,Recreation and Open Spaces Department(PROS)to prepare a • National Society of Professional corrective action plan construction and permit package based on their recommendations Engineers(NSPE) • Solid Waste Association of North to address the arsenic-contaminated soils.Due to the need to maintain existing site America(SWANA) improvements and grading requirements,the design calls for the removal of the upper 12 inches of existing contaminated material throughout the majority of the site.This material will be disposed off appropriately off-site.A minimum of 12-inches of clean fill material will be imported and placed over the arsenic impacted soils.To reduce disposal costs,the design calls for leaving the existing material entirely in place in some areas and a minimum of 12 inches of clean fill to be placed on top of the contaminated material.The design included matching existing grades of the Park's support structures such as baseball fields and support buildings;design of a new portion of the parking lot which included a new stormwater management system;and design of a new softball practice field.An engineer's cost estimate for construction and technical specifications were also prepared for the project. Virginia Key Landfill Site Assessment and Closure—Project Manager.Kimley-Horn is providing URS with support services related to the closure of this 110 acre landfill. Responsibilities include,but are not limited to regulatory file review,preparation of a NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-9 Kimley>>)Horn ofessional,AN o °°ri .0 'mu' Services in Specialized Categories on an As-Needed-Basis RFO 2014-346-YG. Ere€re.r:,g Brenda Westhorp, P.E. Relevant Experience (continued) sampling plan,field services during site assessment work and preparation of closure design documents.The closure documents will ultimately consist of the landfill closure design which includes a stormwater management system that will minimize impacts on the existing solid waste and groundwater;final grading plans,proper sloping of the landfill cover system,preparation of a closure construction cost estimate,value engineering support and project technical specifications. Miami-Dade Department of Solid Waste,Miami-Dade County,FL—Principal-in-charge of a$4.9-million design services contract for the South Dade Landfill in Miami-Dade County.This multi-year contract will provide planning,design,permitting,and construction services for a new cell and closure of an existing one.Total construction costs for both projects are in excess of$20 million and involve multiple disciplines. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-10 Kim I ey>>>H or n 0 eSSI o o , cite€tur - :_ gineering Group Margarita G i ra I d o Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Enginrg Project Analyst .. ..<:. Relevant Experience `::;•' - CivillEnvironmental Analyst—Responsible for the preparation of AutoCAD drawings, .provides support to senior environmental engineering staff for field services including sampling and • d analysis of water and soil samples.Prepares Phase I and Phase II Environmental Site ':' Assessments.Responsible for on-site inspections and water and soil sampling.Ongoing. CivillEnvironmental Engineer Intern,Westhorp&Associates,Miami,FL—Responsible for the -= J drafting and editing of AutoCAD drawings.Provided support to engineering staff on stormwater Special Qualifications management designs.Responsible for on-site inspections and water and soil sampling. • Proficient in AutoCAD,ArcGIS,and February 2014-June 2014. MatLab ' Professional Credentials College of Engineering Undergraduate Research Assistant,University of Miami,Coral Gables,FL • Bachelor of Science,Environmental Assisted in the laboratory analysis of sediments from Guanica Bay,Puerto Rico to determine Engineering,University of Miami i contamination levels of Polychlorinated Biphenyl.Assisted in experiments to extract,isolate, Professional Organizations purify and concentrate the contaminants in the samples.Collaborated in the write-up of the • American Society of Civil Engineers procedures and various methods of analysis for a technical report.December 2012-May (ASCE) 2013. • Florida Water Environment College of Engineering Undergraduate Research Assistant,University of Miami,Coral Gables,FL Association,President , Assisted in performing ASTM standard tests that analyzed the structural and environmental • Phi Theta Kappa-Intemational Honor 1 effects of adding glass aggregates to concrete mixtures.Performed synthetic precipitation Society,Treasurer,and Secretary leaching procedures to determine the mobility of organic and inorganic analytes in solids and • Center for Latin American Studies wastes.Participated in diffusion testing and collected samples that were later analyzed in the Cuban Heritage Collection Scholar • Volunteer at the Butler Center for laboratory for traces of lead.August 2012-February 2013. Alternative Breaks College of Engineering Undergraduate Research Assistant University of Miami,Coral Gables,FL Collaborated on literary research about the differences in natural and artificial turf in athletic facilities.Participated in the creation of a technical report.Presented the findings to a commissioner of the City of Coral Gables, FL.December 2011 -May 2012. i NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-11 Kimley>>>Horn ® ll'ofess on. ; 1 'rtectura ' �. gineerjng Group David Goldman, P.G. Services in Specialized Categories on an As-Needed Basis RFQ 2014-346-YG Engnerr.:g Technical Advisor "'`7Yc::1 Relevant Experience Wauchula EPA Brownfields Assessment Program Consulting,Wauchula, FL—In 2011,the C i ty o f Wauchula w as awarded a Brownfields Assessment Grant by the EPA to assess hazardous substances tTMr'L"r and petroleum contamination at various sites within the designated enterprise zone.Kimley-Horn's scope of work under this task-based contract includes generation of scope/fee and completion of Phase Special Qualifications and Phase II Environmental Site Assessments(ESAs)at designated • More than 25 years of experience in conducting and sites;preparation of site-specific Quality Assurance Project Plans managing remediation projects involving hazardous waste, (QAPPs)and Health and Safety Plans(HASPs)to meet EPA and industrial waste,and petroleum contamination;water FDEP standards;preparation of monthly and quarterly report resource development;permitting;groundwater modeling; documentation for submittal to EPA;Brownfield Site Rehabilitation and aquifer storage and recovery Agreements(BSRAs)development and negotiations;and assisting • More than 14 years of experience with Brownfield with negotiating assessment requirements with the EPA and FDEP on redevelopment in the State of Florida,specializing in behalf of the County.Additional services include community outreach/ integration of assessment and remediation with site civil design,permitting,planning,and construction stakeholder involvement,risk assessment reporting,asbestos • Experience with environmental compliance,RCRA,CERCLA, : and lead-based paint surveys,and the generation of cleanup and and state hazardous waste and cleanup programs redevelopment plans.In addition,currently serving as project manager • Familiar with the following programs involving aquifer for the Coker Oil site in Wauchula;tasks for this work order include characteristic calculations,groundwater flow,and . preparation of site-specific Quality Assurance Project Plans(QAPPs) contaminant transport:MOC,MODFLOW,Groundwater and a Phase II Environmental Site Assessment(ESA).2011–2014. Vistas,QuickFlow,Aquifer win 32,WinTrans,MODPATH, RT3D,and finite element modeling of groundwater and New Smyrna Beach Environmental Assessment and Characterization contaminant transport Services(Brownfields),New Smyrna Beach,FL—Serving as project • Member of ASTM committee on development of Phase I ESA manager.Kimley-Horn is providing Phase I and Phase II environmental and other environmental standards and developed Phase I assessments as well as remediation planning services under a and II ESA protocols used by Walmart on a nationwide basis $400,000 2009 EPA Community-wide Assessment Grant awarded to Professional Credentials r the City of New Smyrna Beach and its Community Redevelopment • Master of Science,Geology,University of Florida Agency(CRA).Our services include preparation of site-specific Quality • Bachelor of Science,Geology,University of Florida Assurance Project Plans(QAPPs),Health and Safety Plans(HASPs), • Professional Geologist in Florida,Georgia,and North and evaluation of Analyses of Brownfield Cleanup Alternatives Carolina (ABCAs)for sites selected by the City.2011–2013. • DNAPL Site Diagnosis and Remediation,University of Waterloo Central Florida Regional Planning Council(CFRPC)EPA Brownfields • Applied 2-D Flow and Transport Modeling on Assessment Program;Polk,Hardee,DeSoto,Highlands,and Microcomputers,Institute of Government Okeechobee Counties,FL—Project manager.Kimley-Horn is • Simulation of Flow and Transport in Subsurface Media with providing Phase I and Phase II environmental assessments as well Finite Element and Analytical Methods,Pennsylvania State as remediation planning services under a$1,000,000 2009 Coalition University Grant awarded to the Central Florida Regional Planning Council • CERCLA Response and Enforcement,PRC and its Heartland Brownfields Coalition Partners under the American • 40-hour OSHA Hazardous Waste Operations and Emergency Recovery and Reinvestment Act(ARRA).Our services include site Response Training assessment,remediation planning,Analyses of Brownfield Cleanup • Visual MODFLOW Alternatives(ABCAs),quarterly reporting,Quality Assurance Project Professional Organizations Plans(QAPPs),Health and Safety Plans(HASPs),and other reports • Florida Brownfields Association as required by the EPA.2011 –2012. • ASTM E 50 Environmental Subcommittee • National Groundwater Association Jaxson Brown1HASSCO Rehab Brownfield Site,Jacksonville,FL • Risk Management Associates(Board Member) Project manager for the development of this Brownfield site that • University of Florida Department of Geology Advisory Board was operated as a landfill in the 1970s.The site was an abandoned property and the landfill cap was extensively breached when originally NY290007.140 Miami Beach AE As-Needed Environmental.indd Page 2-12 Kimley>>>Horn D @Easton o Arehitectura g ,.EznOneering Brow Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG E,'9,'5ne" David Goldman, P.G. Relevant Experience (continued) purchased by client. Kimley-Horn developed a plan to address environmental concerns such as groundwater and soil impacts,along with wetland encroachment,while still devising a plan for useful land development.We reduced the potential for environmental impacts by preparing a plan to develop the property with minimal impact to existing subsurface waste,thereby creating a"win-wine situation for both FDEP and the client.We developed contamination assessment plans(CAPs)and implemented assessment activities for the former landfill.We also completed contamination assessment reports(CARs);negotiated with FDEP on assessment and monitoring activities; prepared the solid waste permit,environmental resource permit(ERP),and stormwater application for review by FDEP.The project has been completed and is currently being considered for redevelopment as a big-box retail center.This is the first project of its kind in the FDEP Northeast District.200-2007;Due diligence performed for another client 2005-2010. Walmart on Philips Highway(Clinton)Brownfield Site,Jacksonville,FL—Project manager for the redevelopment of a 30-acre,Brownfield site in Jacksonville.Approximately 60,000 yards of waste and contaminated soil were located on the property.Groundwater impacts were identified as related to waste on the site and impacts were also identified in association with nine underground storage tanks(USTs). Kimley-Horn developed a combined document that provided a complete assessment and remediation plan for the site.The document was approved by FDEP with no comments.The remediation plan consisted of excavation of C&D waste and screening of the waste.The residual screened material(RSM)was to be kept on-site and used as fill and the waste to be disposed in a C&D landfill.Engineering and institutional controls were used to address contaminants in the RSM. Kimley-Horn prepared a waste excavation and disposal plan for site activities and a dewatering plan to be implemented during construction.In addition,we completed a MODFLOW/MT3D model to simulate the effects of the proposed stormwater ponds on the site relative to the known groundwater contaminant plumes.The project is considered a major success by FDEP Northeast District and is used as an example of how to deal with waste on a non-permitted site during construction.2005-2009. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-13 Kimley>>>Horn Profess o Ar€hitec +al,A.DEn a "ring Group Luke Davis, RE. Services in Specialized Categories on an As-Needed-Basis RFG.2014-346-YG Engineer.-g Project Geologist i;;ra,:E:•:Ta; Relevant Experience Rybovich Marina Redevelopment,West Palm Beach,FL—Member of the Kimley- °} Horn team responsible for performing the environmental due diligence,site assessment,and remedial design for the re-development a boat manufacturing and repair facility.Supervised and coordinated the subsequent site assessment - , activities in support of a remedial design for the site.Developed a remedial approach for the site that incorporated elements of the proposed site development Special Qualifications and construction,which were approved by FDEP.Developed corresponding • Seven years of experience with conducting soil management plans and construction dewatering plans for the site to be hydrogeologic investigations and remediation implemented during construction.Start:2004;Site plan amendment started 2011- projects involving solid and/or hazardous waste 2014. and petroleum-related contamination • Experience with EPA Brownfield Grants QAPPs, Jaxson Brown1HASSCO Rehabilitation Brownfield Site,Jacksonville,FL—Member Phase I and II ESAs,analysis of Brownfield of the Kimley-Horn team for assessment activities at this Brownfield site that was cleanup alternatives,and program management operated as a landfill in the 1970s.The site was an abandoned property and the • Other areas of specialty include Phase I and II landfill cap was extensively breached when originally purchased by client.Kimley- environmental site assessments at petroleum- Horn developed a plan to address environmental concerns such as groundwater impacted sites,hazardous waste sites,industrial and soil impacts,along with wetland encroachment,while still devising a plan for facilities,and landfills useful land development.We reduced the potential for environmental impacts by • Experience with conducting Phase I and II preparing a plan to develop the property with minimal impact to existing subsurface environmental site assessments in accordance waste,thereby creating a"win-win"situation for both FDEP and the client. with ASTM Standard Practices E1527-13 and E1903-11 Individual contributions include groundwater monitoring and reporting to FDEP. • Implementation of soil vapor assessment and 2007;Due diligence performed for another client 2005-2010 strategies using ASTM Standard Practices Heartland Brownfields Revitalization Partnership-Central Florida Regional Planning E2600-10 to meet client-specific practices Council(CFRPC)EPA Region 4 Brownfields Assessment Program,DeSoto,Hardee, • Familiar with the implementation of geographic Highlands,Okeechobee,and Polk Counties,FL—Analyst assisting with Phase I and information systems(ArcView and ArcMap) • Significant experience cooperating with teams Phase II environmental assessments,as well as remediation planning services of geotechnical engineers,drilling crews,and under a$1-million coalition grant awarded in 2009 to the Central Florida Regional health/safety officers associated with large-scale Planning Council and its Heartland Brownfields Coalition Partners under the construction projects American Recovery and Reinvestment Act.Our services include site assessment, Professional Credentials remediation planning,analyses of Brownfield cleanup alternatives,quarterly • Master of Science,Geology,University of North reporting,quality assurance project plans,health and safety plans,and other Carolina,Wilmington reports as required by EPA.2011 -2012. • Bachelor of Science,Geology,Georgia Walmart-Philips Highway(Clinton),Jacksonville,FL—Member of Kimley- Southern University Horn team for the redevelopment of a 30-acre,Brownfield site in Jacksonville. • Professional Geologist in Florida,Georgia,and Approximately 60,000 yards of waste and contaminated soil were located on the North Carolina property.Groundwater impacts were identified as related to waste on the site and Professional Organizations impacts were also identified in association with nine underground storage tanks • Florida Association of Environmental Professionals (USTs).Kimley-Horn developed a combined document that provided a complete • National Association of Industrial and Office assessment and remediation plan for the site.The document was approved by Properties FDEP with no comments.The remediation plan consisted of excavation of C&D • American Association of Professional Geologists waste and screening of the waste.The residual screened material(RSM)was to (MPG) be kept on-site and used as fill and the waste to be disposed in a C&D landfill. • American Institute of Professional Geologists Engineering and institutional controls were used to address contaminants in (AIPG) the RSM.Kimley-Horn prepared a waste excavation and disposal plan for site • Carolina Geological Society(CGS) activities and a dewatering plan to be implemented during construction.In addition, • Florida Association of Professional Geologists we completed a MODFLOW/MT3D model to simulate the effects of the proposed (FAPG) NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-14 Ki m l ey>>>H o r n Rofessional ArchitecturalmcEngineeling Group egod Specialized®ategeries CM ER As-Needed-Basis @POO @01443a04.0 Eng.ne€:n.ng Luke Davis, RE. Relevant Experience (continued) stormwater ponds on the site relative to the known groundwater contaminant plumes.The project is considered a major success by FDEP Northeast District and is used as an example of how to deal with waste on a non-permitted site during construction.2005–2009. West Villages 63-Acre Park,North Port,FL—This 63-acre park was a collaborative process between Kimley-Horn,the West Villages Improvement District,the City of North Port Parks Advisory Board,and local citizens.The park features include:environmental preservation,enhancement,and restoration;an aquatic center and water park;an adult softball complex;covered basketball courts;a playground;nature trails;and interpretive signage that highlights the site's natural beauty and ecosystems.Kimley-Horn's landscape architectural services included facilitating public workshops;conceptual design and layout;design development of park features; construction documents;and coordination with the environmental consultant,park economist,and grants consultant to help ensure the economic viability and sustainability of the park.2010. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-15 Kimley>>>H o rn p o ess10n :1a chitectur. ANDEngineering Group Leah Z i h I rn a n C H M M Services in Specialized Categories an As-Needed-Basis B 9 RFQ 2014-346-YG Engne-�g Phase I and Phase 11 Assessments �,.. yam:_- ', Relevant Experience j c. . '..\ ! New Smyrna Beach Environmental Assessment and Characterization Services(Brownfields),New Smyrna Beach,FL—Serving as project analyst.Kimley-Horn is providing Phase I and Phase II environmental site assessments(ESAs),as well as remediation planning services under x,' '' :""- F a 2009 EPA community-wide assessment grant for$400,000 awarded to the City of New A ' Smyrna Beach and its Community Redevelopment Agency.Our services include preparation -I of site-specific quality assurance project plans,health and safety plans,and evaluation of Special Qualifications analyses of Brownfield cleanup alternatives for sites selected by the City.Specifically involved • Five years of experience conducting with Phase I ESAs for sites at 303 Faulkner, 115 Washington,and 431 Canal Street in New hydrogeologic investigations, . Smyrna Beach.2011–2013. environmental site assessments,and TD Bank(formerly Commerce Bank),Miami-Dade,Broward,and Palm Beach Counties,FL soil and ground water remediation projects involving petroleum Analyst for the Kimley-Horn team that has provided a range of site civil services, contamination and hazardous waste : environmental design,landscape design,transportation planning,and traffic engineering for • Experience conducting Phase I and this retail bank program in Florida.The firm has investigated more than 300 South Florida Phase II Environmental Assessments locations,and designed and permitted more than 60 sites.TD Bank has made sustainable in accordance with ASTM Standard design a priority and seeks LEED certification for many of their new branches.Has assisted Practices E1527-05 and E1903-97 with the preparation of Phase I, Environmental Site Assessment(ESA)reports for several • Proficient performing risk assessments ` locations,including sites in Winter Park,South Miami,Coral Gables,Plantation,and Pinecrest. to determine potential for contaminants 2005–2009. in soil and groundwater to affect public health and the environment including Wauchula EPA Brownfields Assessment Program Consulting,Wauchula,FL—Serving as two-dimensional fate and transport project analyst. In 2010,Kimley-Horn prepared a Brownfields Assessment Grant application modeling(BIOSCREEN)and risk- to assess hazardous substances and petroleum contamination at various sites within the based action level calculations • Experience conducting vapor intrusion designated enterprise zone for the City of Wauchula. In 2011,the City was awarded a assessments including subsurface $400,000 grant.The City selected Kimley-Horn to complete tasks under the grant,including vapor sampling and vapor migration ,, Phase I and Phase II Environmental Site Assessments(ESAs)at designated sites;preparation analysis via the Johnson and Ettiger of site-specific Quality Assurance Project Plans(QAPP)and Health and Safety Plans(HASP) Vapor Intrusion Model to meet EPA and FDEP standards;preparation of monthly and quarterly report documentation • Proficient with computer assisted for submittal to EPA;Brownfield Site Rehabilitation Agreements(BSRAs)development and drafting applications(AutoCAD) % negotiations;and assistance with negotiating assessment requirements with the EPA and Professional Credentials FDEP on behalf of the County.Additional services include community outreach/stakeholder • Bachelor of Science,Environment i involvement,risk assessment reporting,asbestos and lead-based paint surveys,and the and Natural Resources,Ohio State generation of cleanup and redevelopment plans.To date,Kimley-Horn has completed University ! two Phase I and two Phase II ESA reports,several quarterly reports,and public outreach • Certified Hazardous Materials Manager,Credential Number 16409 meetings.2011 –2014. • 40-hour OSHA Hazardous Waste Resorts World Miami(former Miami Herald site),Miami,FL—Member of the Kimley-Horn team Operations and Emergency Response responsible for conducting environmental site assessment and potential remediation planning Training and annual 8-hour refresher of a nine-parcel site,including contaminant delineation,water quality evaluation,and quarterly Professional Organizations groundwater monitoring.Kimley-Horn is providing site/civil engineering,environmental,and • Institute of Hazardous Materials ongoing traffic engineering services for the 14-acre bayfront site that previously housed the Management f Miami Herald newspaper at 1 Herald Plaza in Miami.The proposed project includes four • First Coast Chapter of the Alliance of new hotels with more than 5,000 rooms and two residential towers featuring up to 1,000 Hazardous Materials Professionals units;a luxury retail galleria;a 3.6-acre rooftop lagoon and natural sand beach;more than • Florida Association of Environmental ' 50 restaurants,lounges,bars,and nightclubs;a high-tech multimedia entertainment area Professionals showcasing the music and culture of Florida and South America;and 700,000 square feet of convention and meeting space.The resort will help develop the three-mile BayWalk,which highlights a 150-acre leisure and entertainment area in downtown Miami.Other team tasks 1 NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-16 Ki m l ey>>>H o r n l 'ofessi+n - :A ehiteeturalk'Engineering Group Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-YG Engneerrg Leah Zihiman, CHMM Relevant Experience (continued) include due diligence,parking studies,underground utility design,and preparation of a Special Area Plan(SAP)traffic study consistent with City of Miami 21 Zoning Code. Miami River-Miami Intermodal Center Capacity Improvement(MR-MICCI),Miami,FL—Serving as analyst.This project will provide additional mainline track(s)within the South Florida Rail Corridor from just north of the Tri-Rail Hialeah Market Station to the Tri-Rail Miami Airport Station,which in the future will be accommodated within the Miami Intermodal Center's(MIC's)Miami Central Station(MCS).The project will also include a new bridge across the Miami River to accommodate the additional mainline track(s).The additional mainline track(s) will address an existing capacity deficiency along the system that negatively impacts travel time and schedule adherence.The project is integrating the National Environmental Policy Act(NEPA)requirements into the Alternatives Analysis(AA)process.The Federal Transit Administration(FTA)is serving as the lead federal agency and the project is anticipating advancing as a project that could fall within the defined funding under the ETA's Small Starts or Very Small Starts programs. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-17 Kimley>>>Horn nesson Architectura =ngineering Group� Lynn Kiefer Services in Specialized Categories on an As-Needed-Basis y:�i:,w„�, RFO 2014-346-YG r Senior Environmental Professional Relevant Experience -. s> . Wave Streetcar Alternatives AnalysislEnvironmental Assessment and Small Starts Application,Fort Lauderdale,FL—Environmental scientist for an Alternatives Analysis(AA)and Environmental Assessment EA toward advancing the Downtown Transit Circulator DTC Project(Wave .4,.4 • Streetcar)into the Project Development(PD)phase as a Small Starts project.Responsible for the •i A manatee evaluation and coordination with FTA and preparation of the Finding of No Significant ;� _ Impact(FONSI).The FONSI was approved with the first draft.2011-2014. IAA Special Qualifications CR 712(Midway Road)Design and Reconstruction,FDOT District Four—Environmental manager • Has 24 years of experience responsible for environmental permitting for the reconstruction of Midway Road from a two-lane, conducting environmental studies rural roadway to a four-lane,divided urban roadway from west of South 25th Street to east of and coordinating environmental SR 5(US 1),for a length of two miles.The project includes replacement of the existing bridge permits related to transportation over the North Fork of the St.Lucie River(Aquatic Preserve and Outstanding Florida Water)and projects will also includes retaining walls,drainage ponds,signing,lighting,signalization,landscaping, • Extensive experience working with irrigation,and wetland mitigation.The corridor is within a historic area and our design will USACE,state permitting agencies, consider right-of-way impacts,impacts to parks and schools,concerns of White City residents, FDEP,and water management districts access management changes,flooding and environmental concerns,4(f)properties,utilities and, • Has performed numerous Phase 1 possibly,decorative lighting within the historic limits.2009-2014. environmental site assessments for South Florida Regional Transportation Authority(SFRTA)Tri-Rail Parking and Circulation Study, projects throughout Florida Miami-DadelBrowardlPalm Beach,FL—Multiple Sites Environmental Reviews-Environmental • Responsible for numerous projects scientist responsible for several documented categorical exclusions for several proposed that involved endangered and improvements at Tri-Rail Stations in Pompano Beach and Fort Lauderdale-Hollywood threatened species coordination International Airport.Also responsible for environmental reviews of three potential new station and/or surveys sites in Palm Beach and Broward County as part of a master plan review.Original contract:2006 • Experience in environmental -2008;Additional services:2008-2009. - analysis,including freshwater ecosystems,marine ecosystems, Turnpike Mainline Widening from Lake Worth to Jupiter,PD&E Study and Design,Palm Beach and terrestrial habitats County,FL—Senior environmental task manager for this 23-mile PD&E study.Kimley-Horn • Involved in the preparation of natural prepared all of the engineering and environmental reports necessary to evaluate impacts for resource documentation for NEPA the proposed widening of a 23-mile section of the Turnpike in Palm Beach County.This project documents(EIS,EA,FONSI), included a public information meeting and a public hearing. Kimley-Horn also developed documented Categorical Exclusions alternative improvement options to add express toll lanes to Okeechobee Boulevard and PGA for FDOT and FAA,FTA,and PD&E studies for FDOT Boulevard interchanges.Also recommended was an addition of a new interchange at Hood Road.The Palm Beach Metropolitan Planning Organization has added this interchange to Professional Credentials their 2030 Long Range Transportation Plan.We also provided roadway design services for • Master of Science,Coastal Zone Management/Oceanography,Florida the southern half of the project from Lake Worth Road to just south of Okeechobee Boulevard. Institute of Technology ' PD&E completed:March 2006;LA elements for interchange:2008-2012 • Bachelor of Science,Marine Biology, Archer Road(SR 24)1SW 16th Avenue(SR 226)PD&E Study,Construction Plans,and Permits, Auburn University Gainesville,FL—Serving as environmental scientist for the Kimley-Hom team that is managing • U.S.Army Corps of Engineers this two-phase project.The first phase included a PD&E study to develop alternatives for Archer Wetland Delineator Certification Road(SR 24)from SW 16th Avenue to SW 13th Street and for SW 16th Avenue(SR 226)from (Jacksonville District) Archer Road to SW 13th Street.The study included all environmental and engineering reports • Gopher Tortoise Agent necessary to evaluate alternatives to this corridor that is also heavily used by pedestrians • Hazardous Materials Health and and bicyclists.This project included coordination and public involvement with the University of Safety Certification,Occupational Florida,FDOT District Two,and the City of Gainesville.The second phase is currently underway Safety and Health Administration and includes the final design to incorporate the recommended alternatives developed in the • FDOT PD&E Manual Training first phase,including preparation of construction documents and permitting through FDOT Professional Organizations District Two and SJRWMD.These projects also include drainage design,signing and marking, • Society of Wetland Scientists signalization,utility coordination,geotechnical investigation,environmental assessment and permitting,and lighting.2008-2014. NY290007.140_Miami Beach AE As-Needed Environmental indd Page 2-18 Ki m I ey)))H o r n Professional Arch-tee ur. .. .- ng eering ' �B Mike Kiefer Services in Specialized Categories on an As-Needed-Basis RFQ 2014-346-Y6 'air: r L Senior Environmental Professional __ Relevant Experience Si Miami Lakeway North Resurfacing and Drainage Improvements,A Federally-Funded Design-Build Project,Miami Lakes,FL—Served as project engineer.Kimley-Horn assisted the Town in obtaining '� �; 1 P J 9 Y 9 � f`: more than$600,000 in stimulus funding to construct this roadway and drainage improvement project that includes a portion of Miami Lakeway North between Celebration Point and Miami Lakes Drive _� i and NW 153rd Street from Miami Lakeway North to NW 60th Avenue.Prior to obtaining the stimulus funding,Kimley-Horn assisted the Town in becoming Local Agency Program(LAP)certified so that Special Qualifications the Town would be eligible to obtain the stimulus funding.Our team developed a design criteria • Has more than 31 years package—in compliance with Federal funding criteria—which resulted in securing the stimulus funding of project experience and and award of the project to the design-build team.The project included drainage system improvements has been responsible for such as new stormwater inlets,a new outfall connection,exfiltration trench for water quantity and conducting environmental quality treatment,new sidewalk,and new pavement markings and signage.Kimley-Hom also provided analyses,planning,and construction phase services to expedite the project and to confirm that the project was built in design;environmental compliance with the design criteria.2010–2011. permitting;and construction phase services throughout Waters at Peppertree Pointe,Fort Myers,FL—Responsible for the conceptual planning,design Florida and including WV, and environmental regulatory permitting to rehabilitate and expand the marina and fishing pier. NC,SC,GA,TX,AZ,NV, Responsible for the shoreline profile and bathymetric survey,sediment and water quality sampling,tidal Mexico,and Puerto Rico • Specializes in coastal and measurements,and habitat assessment/delineation.This project also involved a condition assessment waterfront land development , of the marine structures including an existing fishing pier,seawall,docks,and utilities.2006–2009. conducting engineering and 24-Inch Water Main and Force Main Subaqueous Intracoastal Crossings,West Palm Beach,FL environmental analysis Project engineer responsible for environmental services and permitting,including conceptual • Regularly called upon design,preparation of documentation for permitting through FDEP and USACE,and conducting an to provide direction and guidance with marine environmental assessment and a seagrass assessment for these subaqueous crossings.As a result structures,shoreline of FDOT relocating the Flagler Memorial Bridge,the City of West Palm Beach was required to relocate erosion control,and boating an existing 24-inch water main that conflicted with the location of the proposed bridge.To implement facilities,conducting various the most beneficial location for the new water main,Kimley-Horn was retained to develop a route assessments evaluation study.In addition,the Town of Palm Beach was in need of replacing their aging force main • Has successfully completed crossing that is currently located at Currie Park.To take advantage of the cost savings that could projects and construction be realized through a shared bidding and construction process,the Town entered into an Interlocal activities in the terrestrial, coastal,marine,and Agreement with the City to construct a 24-inch force main parallel to the water main.Once a route was estuarine environments f selected,Kimley-Horn provided design,permitting,and construction phase services for both the water • Served for three years as main and force main.The design included a 2,700-foot-long subaqueous crossing of the Lake Worth project engineer and scientist ' Lagoon and more than 1,000 linear feet of upland pipeline through downtown West Palm Beach and for a design-build marine ; the Town of Palm Beach.2009–2011. construction company Sleepy River Dredging,St.Lucie County,FL—Project manager responsible for environmental Professional assessment,design and permitting services for this dredging project.Services included sediment Credentials and water quality sampling,habitat assessment,shoreline condition assessment(wetland/riparian • Bachelor of Science, Oceanographic Technology, vegetation),and tidal and current measurement assessment.2009–2011. Florida Institute of Indian River Plantation 12-inch Force Main Construction,Martin County,FL—Member of the Kimley- Technology Horn team that was retained to construct a new subaqueous 12-inch force main across the Indian River Professional ,' Intracoastal Waterway between Hutchinson Island and Sewall's Point connection at Ocean Boulevard Organizations and Sewall's Point road in Martin County.The scope of services for this project consisted of reviewing • Marine Industries Association the existing sewer system data,preparing topographic survey,design,preparation of drawings and of Florida,Past President, specifications,decommissioning the wastewater treatment plant,and regulatory agency permitting and Board of Directors, Government Affairs bidding assistance for the diversion of wastewater from the existing Indian River Plantation wastewater treatment plant to the Martin County Utilities consolidated sewer system.2010–2012. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-19 Kimley>>>Horn ='• rr C 3 ;� FtrifipAniona, ArchftecturEiigineeñng co Group, •., I sz Sery . Soecializeo Cate ® _eG C�1 4°°o°o ,oasis ,, r,,.-- t RFC 2014440-Ye - ., Engineering 2.3 Financial Capacity Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. Kimley-Horn had its Dun&Bradstreet SQR Report sent directly to the Procurement Contact,Yusbel Gonzalez,CPPB(yusbelgonzalez@ miamibeachfl.gov)on October 14,2014.Kimley-Hom received an email from the City of Miami Beach on October 17,2014,confirming that the City received our Dun&Bradstreet SQR Report. We have included a copy of the Dun&Bradstreet SQR Report below. t DNBi• Das Risk Management E1 ' - 1 ATTN:Bennetta Sanders • Report Printed:March 11,2010 ) I Live Report: KIM LE Y-HORN AND ASSOCIATES, INC. D-U-N-S®Number:06.109-9131 Trade Names:(SUBSIDIARY OF KIMLEY-HORN GROUP.INC.,THE,CARY,NC) Endorsement/Billing Reference:BennettaSanders@kimley-horn,com DAB Address Added to Oortfollo:04/02/2007 Address 3001 Weston Pkwy Location Type Headquarters(Subsidiary) Cary.NC-27513 Web .....urg-kha.com Phone 919677-2000 Fax r' Company Summary --- Score Bar DAB PAYDEX® f PAYDEX® 75 D&B PAYDEX®:75 (Lowest Risk:100;Highest Risk:t) Commercial Credit Score Class © 3 When weighted by dollar amount.Payments to suppliers average 8 days beyond terms Financial Stress Class 3 i Credit Limit-DAB Conservative $400,000.00 i Public Filings I D&B Rating 1R4 The following data includes both open and closed flings • found in CAB's database on this company. DAB 3-month PAYDEX® Record Type Number of Most Recent Records Filing Date__ 3-month D&B PAYDEX®:74 Bankruptcies 0 - (Lowest Risk100;Highest Risk:1) When weighted by dollar amount,Payments to suppliers Judgments 1 06/21/02 A� average 9 Days Beyond Terms Liens 0 Suits 0 , D88 Company Overview UCCs 4 07,31/08 This is a headquarters(subsidiary)location The public record items contained herein may have been paid,terminated,vacated or released prior to Branch(es)or Division(s)exist Y todays date. ' - Mailing Address PO Box 33068 . _ Raleigh.NC27636 Corporate Linkage Chief Executive DON BARTLETT, CHB Year Started 1967 This is a Headquarters(Subsidiary)location KIMLEY-HORN AND ASSOCIATES,INC. Management Control 2008 Cary,NC 2177(200 Here) D U-N-Ss1 Number 06 109 9131 Employees The Parent Company is SIC 8711 THE KIMLEY-HORN GROUP INC Line of business Engineering services -U- 0 Carolina -U-N-Sill Number 19-156-3824 MACS 541330 History Status CLEAR _ Commercial Credit Score Class lq NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 2-20 Kimley>>>Horn 1 " ��o Ar }. '''= + ® 'rn Group `'� `•r_r Services in Specialized Categories on an As-Needed-Basis tra RFQ 2014-346-YG Engineering 3. Approach and Methodology We offer you highly experienced professionals,technical excellence,a strong project management system,and a close professional rapport with clients and public officials.With Kimley-Horn as your consultant you can be assured that your vision will be brought to realization.We are a fully integrated consulting firm offering a variety of services including: Technical Approach to Projects Our project manager will work with the City of Miami Beach on each assignment to ensure that the appropriate resources are selected for each project.Kimley-Hom maintains an experienced team of senior project managers,wildlife biologists,environmental scientists, wetland ecologists,geologists,hydrogeologists,environmental engineers,planners,and field technicians with expertise in a wide range of environmental planning and problem solving services,such as permitting,corridor relocation studies,wildlife management, environmental assessment reports,environmental analyses,and environmental impact studies. Kimley-Horn's team of environmental specialists has a proven track record in environmental projects.We have permitted complex projects through numerous federal state,regional,and local agencies across Florida. Our staff routinely interacts with federal,state,and local government agencies.We are familiar with current environmental regulations, and remain well informed of proposed changes affecting environmental permitting and regulations to serve all our clients effectively. The spectrum of professional environmental services that Kimley-Hom offers includes: • Biological assessment/analysis and habitat conservation plans • Water resource studies • Wildlife management,assessment,and relocation • Stormwater management • Wetland delineation,assessment,and mitigation • Drainage basin studies • Water quality assessment and monitoring • Environmental permitting,assessment,and remediation • Environmental audits • Coastal engineering • Contamination assessments/remediation for soils ground water, • Paving and drainage design and rehabilitation and surface water • Public involvement programs • Comprehensive environmental compliance evaluations • Surface water management design • Threatened and endangered species studies(biological • Water and wastewater engineering assessments and habitat conservation plans) • Construction observation and inspection • Land use and development feasibility studies When we provide these services for a project,your best interests are always the primary focus of our efforts.What this means to you is the assurance of knowing that all of the project tasks and activities are all under the management and quality control of a dedicated project manager who has the corporate authority to allocate manpower resources as necessary and whenever required.This level of personal responsibility leads to better decisions,better information,cost reductions,increased productivity,and quicker,more accurate product development and delivery. Phase I and Phase II Environmental Site Assessments Kimley-Horn provides our clients with site assessment services related to property acquisition to satisfy due diligence requirements as outlined in the American Society for Testing and Materials(ASTM)Designation:E 1527-05"Standard Practice of Environmental Site Assessments:Phase I Environmental Site Assessment Process."Environmental site assessments are conducted so that the user can qualify as an"innocent landowner,contiguous property owner,or a bona fide perspective purchaser"under the Comprehensive Environmental Response,Compensation and Liability Act(CERCLA)(42 USC 9601).Kimley-Hom's professionals understand the NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 3-1 Kimley>>Horn „ f„,z_zf. ,; --,i,' - 4 Group : , ' . 's „ti, ite> m' .� . r '” 0 Knee =5, . _ .. ,,.:., ... Services in Specialized Categories on an As-Needed-Basis _r, �."�.�1_3:4 Engineering ,.: . _, 1,., RFQ 2014-346-YG rEN NIRO ∎1.N r,L; important role they provide in support of property transactions and are committed to ensuring quality services are provided in accordance with all federal,state,and local requirements. Phase I and II assessments often take place within a critical and limited timeframe and,therefore,immediate mobilization of an environmental professional and accurate,timely reporting is vital.The primary intent of the initial investigation is to identify the presence or likely presence of any regulated substances under conditions indicative of an existing release,past release,or a material threat of a release that could impact the property.These potential environmental liabilities are defined as Recognized Environmental Conditions (RECs)in ASTME 1527-05.Kimley-Horn provides clear,concise reports which detail environmental liabilities associated with property to the extent that the appropriate remediation decisions can be made. Based on project needs,often dictated by schedule demands,Kimley-Hom can initiate a Phase II at any point—often prior to the completion of a Phase I report.This is often required when due diligence periods are short or when rigid construction schedules exist and identified environmental impacts have the potential to prevent the execution of other scheduled work efforts.This expedited approach not only saves time for the County,but allows for real-time decisions to be made and corrective actions to be implemented,if necessary. Remediation Services The Kimley-Horn team has extensive experience in the design and implementation of a variety of remedial technologies for sites where risk considerations require remedial action. Based upon project needs and objectives,the specific technical approach may vary.Our engineering experience allows us to consider a wide range of conventional and innovative approaches.Kimley-Horn's remediation and planning/design services encompass conceptual and detailed cost estimating integration of site assessment and remediation with site civil design and construction;soil,groundwater,surface water,sediment,and vapor remediation design;and implementation and negotiations with regulatory authorities. Kimley-Horn has implemented a comprehensive program of routine and innovative cost-saving practices as part of our approach to site cleanup.Our engineer's determination of the appropriate remedial approach takes into consideration not only your budget and schedule and the protection of human health and the environment,it also considers the long-term use of the property.This long-term planning approach will help the County manage public lands in a cost effective manner while achieving your goal of attaining site rehabilitation. The following are some of the remediation methods that have been successfully employed by our environmental team. • UST and AST closure • Biosparging • In-situ and ex-situ chemical oxidation • Soil vapor extraction and air sparging • Excavation/disposal • Bioventing • Dual and multi-phase extraction systems • Chemical oxidation air sparging • Large diameter auger excavation • Pump and treat • Natural attenuation • Engineering and institutional controls • Enhanced in situ bioremediation Environmental Resource Permitting and U.S. Army Corps of Engineers (Section 404) Permitting Many state and local regulations are in place to protect our natural resources.We know current environmental regulations and how these regulations affect project development.We remain well informed of proposed changes to regulatory programs and actively participate in rule making in order to effectively serve our clients.For example,our staff is currently actively involved in the State's proposed changes to streamline the ERP process(62-330 F.A.C.).By being a part of the process and building relationships with regulatory agency staff,we are able to understand how to best approach a given project and provide cost effective,timely solutions. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 3-2 Kimley>>>Horn --.'._.'t ' 1:—.:.: t �' �;_ _\_„,.... a4 YJ t a` e i �t-'i&te€" ra. eevin Group . „..:_ Services in Specialized Categories on an As-Needed-Basis -4 s; a -'' Engineering _.� �`t r RFQ 2014-346-YG Our approach to environmental permitting involves first understanding our client's needs,the complexity of the project,and how to best define the project's objectives and solutions toward a successful permitting solution.Environmental regulations have become more stringent and it is incumbent upon us to guide our clients through this process—even when agencies are at cross purposes with one another. We are also experts in handling very controversial or complex projects.When permitting the Disney Vero Beach Resort,we simultaneously prepared and managed over 31 separate permits for the project through careful team selection,project and task management and proper scheduling and team and client coordination.Our project team can assist the County in navigating through any permit process. In addition,the regulatory partners of SFWMD and USACE are equally important in successfully permitting projects.We routinely work with the regulatory partners(USFWS,NMFS, FWC,and the State Historic Preservation Office),and can anticipate and address permitting issues from the beginning. Permit documentation varies depending on the type of permit and the level of impact and controversy.Time is money.So understanding what is required,preparing the documentation and having the relationships to get through the process is critical.This documentation includes direct,secondary,and cumulative impact assessment;mitigation design;fish and wildlife,especially threatened and ' endangered species evaluation;water quality studies;elimination and reduction of impacts,and public interest reviews.As part of the permit application review process,additional analysis may be required such as baseline water quality studies,ecological studies,and hydrogeological studies.The way information is presented can be equally as important as the information itself when coordinating with the agencies and public.Our approach is to present the sound,technical data that helps the regulators do their jobs,written clearly so the text,plans and supporting documentation is understandable.We also routinely prepare public notices for USACE and biological assessments and biological opinions for the USFWS to help expedite the review process. We are well versed in the listed flora and fauna throughout Miami-Dade County,and have conducted surveys for all types of flora and fauna found in the County.We utilize established protocols and coordinate as necessary with USFWS and Florida Fish and Wildlife Conservation Commission(FWC).With a good foundation of field data,we can prepare the necessary documentation for review and approval by USFWS and/or FWC or for determining best habitat management practices on County lands.We have conducted many levels of assessments including Endangered Species Biological Assessments(ESBA)for FDOT clients,as well as species specific Biological Assessments(BA),Biological Opinions(BO),Habitat Management Plans,and Habitat Conservation Plans(HCP).We prepared one of the first Habitat Conservation Plans in Florida several years ago for Florida scrub-jay on Cypress Creek development in South Brevard County,and we recently completed in 7 months an Incidental Take Permit/HCP for Sandy Pines Residential Treatment Facility for the Florida scrub-jay and Eastern indigo snake working with Elizabeth Landrumin the USFWS's Vero Beach office.The process of ITP/HCP generally takes 12-18 months to complete.We know the Section 7 and Section 10 consultation and permitting processes utilized by USFWS.We also understand and implement on a daily basis FWC's regulations as they relate to state listed species. We also work routinely with National Marine Fisheries Service(NMFS)to address concerns related to Essential Fish Habitat in support of Section 404 permitting.We successfully completed the EFH assessment for the Panama City-Bay County International Airport EIS, Midway Road and Flagler PD&E studies and other projects throughout Florida.Fromour coordination with NMFS staff,we know how to assess the various habitats that comprise EFH and how to prepare assessments that will obtain concurrence from NMFS. Habitat and Environmentally Sensitive Lands Identification, Habitat Enhancement and Creation for Wildlife Kimley-Hom has extensive experience in preparing and implementing plans to improve habitat for wildlife in both upland and wetland habitats.Our team includes in-house support from our landscape architects that not only understand landscape architecture,but work with us routinely to provide plans and specifications utilizing native plant material.We have conducted a number of projects throughout Florida that included habitat restoration,creation or enhancement for wildlife. NY290007.140_Miami Beach AE As-Needed Environmental indd Page 3-3 Ki m I ey>>>H o rn ■/.�p/�rOup n r a I Ya: A eh eatu a ofessto ` y Services in Specialized Categories on an As-Needed-Basis " °ia „ RFQ 2014-34 6-YG Engineering tOW Coastal Engineering Kimley-Horn offers you expertise in breakwater,bulkhead,seawall,revetment,pier,and jetty design and permitting;marina planning, design,and permitting;beach nourishment and erosion control projects;dredging;hydraulic modeling;and general marine and coastal construction.Our bulkhead and seawall design and inspection experience includes several projects in Indian River,St.Lucie,Martin,and Palm Beach counties,including the repair of 900 feet of ocean seawall,toe wall construction and bulkhead improvements,refurbishing an existing ocean bulkhead,and constructing 700 feet of new ocean bulkhead.We also evaluated the structural condition and repair requirements of 3,600 feet of aged ocean seawall in Palm Beach and recommended immediate repairs and long-range inspection procedures.The firm has also designed intra-coastal and ocean side residential seawalls.We have provided coastal engineering services to the Breakers Hotel in Palm Beach on an as-needed basis for the last 28 years. Marine and Coastal Ecosystem Evaluation and Monitoring The Coastal Zone Management Act and the Coastal Barriers Resource Act are two of the federal laws that require specific environmental resource evaluation prior to permit issuance.The majority of coastal states also have coastal protection legislation and regulations dictating specific requirements. Regulations protect the flora and fauna that inhabit beaches and estuarines.In many instances,biological assessments are required for a project to measure potential for involvement of protected species.These assessments can be required offshore of the project to determine the presence and condition of reef or sea grass communities.Many protected species and natural vegetation communities require relocation plans and/or other forms of mitigation. Beach erosion and dune stabilization are also universal concerns of coastal development.Hydraulic modeling can be used to design revetments,groins,and other structures that can minimize beach erosion.Dune stabilization can be enhanced by mechanical stabilization combined with planting indigenous dune species. Kimley-Horn has expertise in all phases of coastal ecological evaluation.Environmental scientists with experience in coastal ecology, marine biology,wetland evaluation,erosion control,and re-vegetation are all available on staff.The firm maintains an extensive array of field equipment for projects requiring onsite sampling and monitoring.A computer system and related software for hydraulic modeling and erosion control estimations are available in-house.Kimley-Horn has been involved in numerous coastal engineering projects that required a significant amount of environmental assessment and mitigation design. Quality Assurance/Quality Control Kimley-Horn's commitment to project excellence is reflected in the fact that approximately 80 percent of our services are for repeat clients—a testament to our commitment to quality for every task,deliverable,and service provided by the firm.Quality is a keystone principle of Kimley-Horn and is one of the key attributes that has enabled us to become one of the leading consulting firms in the country and it is absolutely essential to our continuing success.The objective of our QA/QC program is to help ensure that all deliverables conform to project requirements and are void of errors and omissions.Our QA/QC program is based on the philosophy that: • Quality is achieved by adequate planning,coordination,training,supervision,and technical direction;proper definition of the job requirements and procedures;understanding the scope of services;and the use of appropriately skilled personnel performing work functions carefully. • Quality is assured through the careful checking,reviewing,and surveying of work activities by individuals who are not directly responsible for performing the initial efforts. • Quality is controlled by assigning a manager to evaluate all work and procedures followed while providing the services. • Quality is verified through independent reviews by a qualified staff member of the processes,procedures,documentation, supervision,technical direction,and staffing associated with the project development. Project quality is"built-in,"not added on. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 3-4 Kimley>>>Horn ' 1 - ' aiAi-o-• �p;•y• 9 r 0 i L ite€t , .:c... ri - ---,—D (. a( ♦Y 77�� f' ` ; ° Services in Specialized Categories on an As-Needed-Basis y i r, ;a, Engineering _a; .r RFQ 2014-346-YG III; •- ,0:‘17ROPJrt4:NT PL Quality work is the direct result of careful,properly sequenced,and supervised production,and continuous checking of each work element for completion and correctness by the task leader and project manager. Our formal QA/QC program is based upon assigning experienced senior professionals—who are otherwise qualified to manage a particular project—to serve in an independent quality control role.Our staffing depth allows us to provide such personnel,and their involvement provides the project with a fresh perspective and critical eye. Our internal QA/QC program will include: • An internal kick-off meeting held with key team members assigned to the job to clearly define the scope,outline sub-task responsibilities,establish schedules,and identify project milestones and goals. • At the end of each phase,a QA/QC review will be conducted as one of several final checks to ensure that the project deliverable is technically correct and consistent with your objectives. • Any modifications required to respond to the comments and recommendations of the quality control team will be incorporated during the ongoing analysis prior to submitting our plans to you. Schedule and Availability Selecting the right Environmental Professional Consultant is perhaps the most critical element in this project's success.The City of Miami Beach needs a consultant that can navigate the wide-ranging responsibilities and challenges presented by this project with a clear, visionary approach,as well as a proactive partner who is familiar with the local community and your goals.Kimley-Horn's longstanding experience with communities in South Florida provides you with unmatched service,responsiveness,and essential local knowledge.We at Kimley-Horn feel we would make a perfect partner for your professional environmental engineering services contract. As project manager,Brenda Westhorp,P.E.,has direct responsibility for the performance of the firm on your assignments.She will be serving you from our Miami office,located less than 11 miles from Miami Beach.She is only a phone call and a short drive away. In fact, we have two South Florida offices located less than 40 minutes from your location.Brenda is committed to providing you with excellent client service.As project manager,her primary role is to ensure effective communication between your staff and our team.She has the resources of the entire company available to her,should your project goals require additional support.We will be responsive,readily available,and will aggressively examine ways to reduce costs as we work with you to define specific needs and will implement sound planning and engineering solutions for your project needs. For each major task assigned,we will assemble a schedule that includes key milestone dates,develop planning approaches,explore potential cost-saving opportunities,launch designs,secure permits,and complete design efforts with plans and specifications for the City. This includes a series of meetings between the City and our team to ensure a level of comfort throughout the various project steps.This approach maintains a solid level of involvement with your staff and results in a development plan that exceeds your expectations.Our cost estimates are carefully based on current construction costs,which result in accurate and realistic budgets. Workload and Availability Kimley-Horn is very progressive when it comes to understanding its current workload and has a long history of achieving successful project completion through a combination of effective project management and technical expertise.Consequently,Kimley-Horn is committed to providing the City of Miami Beach with the highest quality staff and service to meet your project schedule and budget requirements. The members of our project team were selected using two criteria:(1)their experience with similar projects,and(2)their availability to assume major technical responsibilities within your project schedule.Kimley-Horn's proactive management system,known as NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 3-5 Kimley>>>Horn ` �'� Group �P.�` I .n' ! -{ 1` f. �'V 4 `. 'J,,, .� •Services in Specialized Categories on an As-Needed-Basis. Engineering RFQ "2014-346-YG (Er;;ineeri- "castaheads,"is used to detail every project's personnel needs,as well as to determine each staff person's availability.By continuously matching project needs with staff availability,our cast-aheads system is an accurate tool for keeping our projects on schedule. Based on a review of our cast-aheads,we can assure you that the staff members selected for this team are available immediately to serve you,and are in an excellent position to handle the workload of any assignment you wish to give us. Team Availability . Primary Protect Members Role y1� 4� ; .� ` „,}Available v.._ ..,: :..,._.� - _ '�..;��_,i.[vti� -���a:..�'`S�.x:�t��- 4'°�� au.r�' Ct7.r_ :v.�s. i.,. _, .�-. ,. Brenda Westhorp,P.E. Project Manager 30 Margarita Giraldo Project Analyst 40 David Goldman,P.G. Technical Advisor 25 Luke Davis,P.G. Project Geologist 33 Leah Zihlman,CHMM Phase I and Phase II Assessments 33 Lynn Kiefer Senior Environmental Professional 25 Mike Kiefer Senior Environmental Professional 25 Willingness to Meet Time and Budget We recognize that budget and schedule control are critical to the success of your program.Meeting your schedule for deliverables is not just a goal to us—it is a mandate.A project schedule is a road map guiding us to a goal,completion of a project by a certain date. But experience has shown that no matter how carefully we plan,things can change.How successfully we adapt to those changes is in part a result of how well we manage our resources and understand the demands on them,both internal and external.Kimley-Horn has a track record of successfully completing projects on or ahead of schedule and within budget.This success is due,in part,to each project's schedule and budget being aggressively communicated to the project team by the project manager.Kimley-Horn takes pride in evaluating any unanticipated obstacles and making informed recommendations to overcome them before they impact the project's schedule and budget. In addition to our proactive communication,Kimley-Hom uses a work plan tool for organizing individual project tasks by phase and discipline.The anticipated labor effort is then summarized in a matrix that forms the basis for establishing and tracking the project budget.We track the budget on a percent-complete basis in order to measure performance during each accounting report period. Project budget status reports are accessible via our intranet. The work plan is also the tool for establishing staffing for each project and identifying the anticipated labor requirements of each phase. The work plan is reviewed frequently throughout the project and is used in conjunction with our in-house"cast-ahead"process to forecast project workloads.This program requires project managers to forecast,on a weekly basis,their staffing needs for the ensuing week.This "cast-ahead"process is followed by a weekly conference call among company resource managers to identify who is overloaded and who needs work.Resources are reallocated on a weekly basis as needed to meet client schedules. A similar process is conducted monthly as project managers forecast their resource needs during the next six months.This information is used to assess hiring needs.Conducted throughout the entire 2,200-person firm,these extra efforts are performed to make sure our project managers have the resources they need to meet our clients'needs. NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 3-6 Kimley>>>Horn _SAY., • 1 1- Group Ye- = Ar€ i, r, #!_ ' 0E Grog ' `F '' Services in Specialized Categories on an As-Needed-Basis r g L .� 4-5% R FQ 2014-346-YG Engineering Ineerin �, FONMEN-AL, y Available Facilities, Technological Capabilities, and Other Resources Kimley-Horn's Miami office is staffed with 37 permanent employees including 14 licensed engineers,three landscape architects, 14 technical support staff,three CADD operators,and three administrative personnel.The total square feet of our office is 10,793.We utilize a full range of automated office equipment to enhance our productivity and communications with clients.Our resources are perfectly suited to serve the needs of this request for professional services,and our graphics arts capabilities are fully available to support the media outreach strategies that may be necessary. At Kimley-Hom,we are always examining our use of technology to be sure it matches our clients'needs.We understand that you want a consultant who serves as a true extension of your staff and,as such,Kimley-Horn does whatever is required to make our communication and design methods compatible with our clients.Sometimes that means we develop a project website to enhance communication between project team members.Other times it means we need to upgrade to a specific version of design software to effectively collaborate with the team.Our clients,who represent a broad range of markets and disciplines,vary widely in technological capabilities and needs;for this reason,we continuously update our own software and hardware to remain current,while also maintaining"previous versions"to serve those clients who choose not to update. By maintaining a library of resources we can cater to virtually any client in any application.Below we describe our equipment relative to these services;our extensive survey and engineering-related software and hardware are not discussed here,but full information can be provided,if needed. Our firm has an internationally networked computer system that incorporates public and private datacenters that help our engineers and staff process data quickly and accurately.We will produce output using Microsoft Word,Excel,AutoCAD,Civil 3D, Microstation,and Geopak. In addition to networked computer systems with state-of-the-art storage and media transfer capabilities,our offices are equipped with a complete array of output devices,including: • Wireless access �. • 3D Plotters • Laser printers • Color scanners •• Color punters/copiers J ` ��F ++ pn • Color plotters • Coil binding systems '4t1 • Thermal laminators $, f • SharePoint and FTP sites �' t �.rryyal�S /'p k-I�5 • d�� s Our graphics arts software capabilities include SketchUp,Adobe InDesi n,Adobe :� i,''. ' ��d t -' ,''-- Photoshop,Adobe Illustrator and Microsoft Office.Our presentation systems include high ' , �,�� 4�1 i I i 7r 41-air I � v, r resolution digital projection of PowerPoint slide shows,interactive Smart Board displays and a .ra(� ., _ I 1 Cam! • . • DVD video.In-house production capabilities also include foam-core presentation boards �� —�� and multi-media displays.Kimley-Horn also maintains digital photography equipment,digital : video recording and video editing/production hardware and software. Kimley-Horn's Miami office NY290007.140_Miami Beach AE As-Needed Environmental.indd Page 3-7 Ki m I ey>>>H o r n A