Loading...
Agreement between CMB and Wannemacher Jensen Architects, INCDocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142484F-904F4B2ACECB5559 Coutruet rw►. 23-121.01 AGREEMENT BETWEEN CITY OF MIAMI BEACH UrUsl WANNEMACHER JENSEN ARCHITECTS, INC. FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72No STREET COMMUNITY COMPLEX PROJECT No. RFQ-2023.121-ND DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID' 666A58C7-9142-484F-904F-4B2ACECB5559 Contract no. 23-121.01 TABLE OF CONTENTS DESCRIPTION: PAGE ARTICLE 1, DEFINITIONS...........................................................................................................3 ARTICLE 2. BASIC SERVICES. .................................................................................. 1.8 ARTICLE 3. THE CITY'S RESPONSIBILITIES..........................................................................13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST.................................................15 ARTICLE 5. ADDITIONAL SERVICES.......................................................................................17 ARTICLE 6. REIMBURSABLE EXPENSES...............................................................................18 ARTICLE 7. COMPENSATION FOR SERVICES....................................................................... 19 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS..................................20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS..........................................................20 ARTICLE 10. TERMINATION OF AGREEMENT....................................................................... 21 ARTICLE11. INSURANCE........................................................................................................22 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS.....................................................24 ARTICLE 13. ERRORS AND OMISSIONS ..................... ........ .................., ........ ....................... 24 ARTICLE 14. LIMITATION OF LIABILITY................................................................................25 ARTICLE 15. NOTICE ............. ... ................. .......... 26 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW...,......................................................26 ARTICLE 17. INSPECTOR GENERAL RIGHTS............................................................ 28 ARTICLE 18. MISCELLANEUS PROVISIONS.............................................................. 29 SCHEDULES: SCHEDULEA........................................................................................................36 SCHEDULEA-1......................................................................................................37 SCHEDULEA-2......................................................................................................38 SCHEDULEB......................................................................................................39 SCHEDULEC........................................................................................................40 SCHEDULED....................................................................................................... 41 SCHEDULEE.........................................................................................................42 SCHEDULEF........................................................................................................43 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACECB5559 Conlmut ay. 13.121.01 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND WANNEMACHER JENSEN ARCHITECTS, INC. FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72NO STREET COMMUNITY COMPLEX PROJECT No. RFQ-2023.121-NO This Agreement made and entered into this 9/25/2023 I lZ (Vff&tfve 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 WANNEMACHER JENSEN ARCHITECTS, INC., a Florida Corporation having its local office at 132 Mirror Lake Drive North Unit 301, Saint Petersburg, Florida, 33701 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on December 16, 2022, the Mayor and City Commission approved the Issuance of the Request for Qualifications No. 2023-121-NO (the "RFQ") for Architectural Design Services for the 72n0 Street Community Complex Project. and WHEREAS, on April 28, 2023, the City Commission approved Resolution No. 2023- 32559, authorizing the City to enter into negotiations with Wannemacher Jensen Architects, 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, which the Consultant shall perform, at the City's option, and which must be duty authorized, in writing, oy the City Manager or his authorized designee, prior to commencement of same DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID. 866A58C7-9142-484F-904F-4B2ACECB5559 C ontrw n4 s.:1-1 21-M APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: 'Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Scope of Services set forth in Schedule A hereto. Any Services 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 arty 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 Schedule D. 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 excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 l imiraw rm. 2.3-I2t-111 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement It shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to the Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: Wolfberg Alvarez and Partners W Architecture and Landscape Architecture, LLC SEQUIL Systems SDM Consulting Engineers, Inc. Rose@express DESMAN Inc. DDA Engineers, PA COUNSILMAN/NUNSAKER & ASSOCIATES, INC. Calvin, Giordano & Associates, Inc. C. B. Goldsmith & Associates, Inc, Arup US, Inc. CONSULTANT SERVICE ORDER: Consultant Service Order (CSO) shall mean any work order issued by the City to Contractor (ln substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Additional Services which may be required of Consultant that is the subject of such Consultant Service Omer, 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 dales. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope fD 666A58C7-9142-484F-904F-462ACECS5559 COMBO oa 2.1.121 d11 CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request For Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the 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 n 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. PROJECT: The "Project" shall mean that certain City capital project described in the Scope of Services set forth in Schedule A hereto. Prolect 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 A DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 0ontract no, 23-121-01 and Soft Costs The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in Schedule A hereto. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the 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 commitmert 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 representatiors made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A - Scope of Services Schedule A-1 - Consultant Service Order (CSO) Schedule A-2 - Consultant Compensation Four Schedule B - Consultant Compensation Schedule Schedule C - Hourly Billing Rate Schedule Schedule D - Construction Cost Budget Schedule E - Project Schedule Schedule F - Travel Citywide Procedure F1.20.02 (or as amended) 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. 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 DocuSign Envelope ID 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 Crnpuol nu. L1-121•UI (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 laoor, 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, as more particularly described in Schedule "A"_ 2 2 The Services will be commenced by the Consultant upon receipt of a written notice to proceed with any of the specific tasks identified in Schedule A ("Task") signed by the City Manager or the Project Administrator ("Notice to Proceed"). Consultant shall countersign the Notice to Proceed upon receipt and return the signed copy to the City. A separate Notice to Proceed issued by the Project Administrator shall be required prior to commencement of each task (as same are set forth in Schedule "A" hereto). Consultant shall have no entitlement to perform (or be compensated for) the Services corresponding with any task under this Agreement, unless such task is authorized by a Notice to Proceed. 2.3 As it relates to the Services and the Project. Consultant warrants and represents to the City that It is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further 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 Scope of Services; and shall also include any and all of Consultant's responsibilities and obligations with respect to the DocuSign Envelope ID: 4A06ACD9-6l3A8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 Conlf"(no 23-121•0I Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City 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 until all Services are completed or all Services authorized under Notices to Proceed are completed and accepted, whichever is later. Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Scope of Services, including the time for completion of the work and/or services for the Project. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the 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). 2.7A The Services shall be performed in a manner that shall conform to the Scope of Services. The Consultant may submit requests for an adjustment to the completion time for the Scope of Services, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i,e. 9 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID- 666A58C7-9142-484F-904F-462ACECS5559 Contr a nu, 2 i. t 21 -111 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, processional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or fines 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. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement any Consultant Service Orders (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's Services, breaches of this Agreement, and/or negligent acts, errors and/or omissions In the performance of the Services, which damages may include the costs incurred by the City with respect to replacement or repair of any defective or non -conforming construction Work until (i) twelve (12) months following final acceptance of the Work, or (ii) the applicable statute of limitations period, whichever is later. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re -perform all or any portion of the Services to correct any non- conforming and/or insufficient services which result from the Consultant's failure to perform in accordance with the above standards The Project Administrator shall notify the Consultant, in writing, of any non -conforming and/or insufficient services and shall approve the method and timing of the corrections. 2A0.1 The Consultant shall be responsible for non -conforming and/or insufficient, defective services and any resulting non -conforming, insufficient, and/or defective construction work re -performed within twelve (12) months following 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 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F4B2ACEC65559 ( untr:ul tw. 23 1 21-01 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 signed Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"), The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator), 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall stale 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 any Consultant Service Orders, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under Schedule A and any Consultant Service Orders Issued to Consultant by the City. It, during the course of performing work, services and/or tasks, Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACECB5559 Ccxuroct no. 2i.1 21.111 shall also be deemed to be within the scope of services delineated in Schedule A (whether or not specifically addressed In the Scope of Services). Mere notice by Consultant to the Project Admin-strator 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 tiles 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 DOCUMENT'S. 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 ,he City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultanl without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 0"Ilydel 11u : 1.1 ' 1 111 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 Subconsullant'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 (Le. 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 insurance counseling services for the Projecl (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has property remitted payment due to Its Subconsultants or vendors). 13 DocuSign Envelope ID. 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope IDS 666A58C7-9142-484F-904F-4B2ACECB5559 cmurwt rm 33•121.01 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, shalt 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 orderty 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 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted In this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder oy 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 Subconsuttants (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 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice 14 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Contrail nu. 21-121-01 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 has established a Construction Cost Budget for the Project, set forth In Schedule D, Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost -saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-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 to 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, 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 15 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID. 666A58C7-9142-484F-904F-4B2ACECB5559 l 41111N i n,i. 2.1-121d11 then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Constriction 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 (+/-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 (6%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform to the 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 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 16 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACECB5559 t OfANKI 110. 2.1-121401 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 (anti 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. ARTICLES. 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 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 execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant), 5.2.3. City -Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City -requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as ar 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 17 DocuSign Envelope ID 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-8142-484F-804F482ACEC85559 t twitrwl no, 23.121-UI performance of the Consultant Is not in issue. 52.5 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. 5.3 Additional services may be requested by the City using a Consultant Service Order (CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not -to -exceed basis, based on the fee schedule set forth In Schedule "A-V hereto. Pursuant to, City of Miami Beach Procurement Ordinance, and Citywide Procedure 03.02. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, In advance, in writing. by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts, proof of payment by the Consultant, and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: • Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and Its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). a 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) Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall 19 DocuSign Envelope ID 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9i42-484F-904F-482ACECB5559 Coamt no. 23-121.01 include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City, The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, In advance, in writing. by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant 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." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum` fee for provision of the Services, excluding reimbursable allowances and/or contingency, for the Project shall be $8,567,444, as more fully delineated in Schedule B hereto. The City has set a reimbursable allowance in an amount not to exceed $698,009, for a total Contract Value of $9,265.463 (Base bid of $8,567,444 plus allowances for reimbursable expenses and miscellaneous additional design services as set forth in Schedule A in the aggregate sum of $698,009) 7.2 Payments for Services shall be made within forty-fivs (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub -contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance in the applicable Consultant Service Order. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Scnedule C shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=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, provided, however, that in no event shall any annual increase exceed three percent 19 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope to:668A58C7-9142-484F.904F-4B2ACECa5559 Conbbcl no. 2 4• 121 •UI (3%). In the event that the City Manager 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. 77 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the City in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. Invoices shall be submitted to the City at the following address Accounts Payable: gavables(d)rnlamibeachfl_aov 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). 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. Consultart shall deliver all such documents to the Project Administrator in their native electronic form within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier terminatlon of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reus-ng 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 20 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 6E6A58C7-9142-484F-904F-482ACEC85559 Connot na 23-121 •Qt 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. 94 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. 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 21 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-9D4F-4B2ACECB5869 Contract no. .13.121 UI hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience. Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial 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 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a imit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written staternent detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. a Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal 22 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEC65559 C'ontmct no, 23-121-01 & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit, C Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily Injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Umbrella Liability Insurance in an amount no less than $5,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. Additional Insured — City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the cosultant's insurance Notice of Cancellation — Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on all liability policies (except Professional Liability and Workers' Compensation). However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A+ or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA), Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Consultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them, The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services 23 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID' 686A58C7-9142-484F-904F-4B2ACEC85559 Contract nu.23-I11d11 P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, ate Cerlificates-miarnibeach@riskworks.com Special Risks or Circumstances — The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall Investigate all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate 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 Contsultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation Its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof 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 24 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 Coomiri no 23-121-01 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 Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager, The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does 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 total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amounts) actually paid by City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement. Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the total amount of compensation/fees due to Consultant for all Services under this Agreement, which amount shall be reduced by 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: Alina T. Hudak, City Manager Email: alinahudakdMniamibeachfl.anv Mth a copy to: Capital Improvement Projects Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 25 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope IDS 666A58C7-9142-484F-904F-4B2ACEC85559 Contract no, 23-121-Of Attn: David Martinez, P.E-, Director, Capital Improvement Projects Ph: 305-673.7071 Email, davidmartinez Wriiiamibeachfl.gov All written notices given to the Consultant from the City shall be addressed to Wannemacher Jensen Architects, Inc Attn: Harold Somarriba 132 Mirror Lake Dr. N. Unit 301 St. Petersburg, FL 33701 Ph: 727-822-5566 Email: hamIdOwlarc.com All nofices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida Statutes, as may be amended from time to time. 16 2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 1190701 of the Florida Statutes, if the Consultant meets the definition of "Consultant" as defined in Section 119.0701(1)(a), the Consultant shall• (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; ,4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 26 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904r:-4B2ACECB5559 Contract no. 2 3.121-t11 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, If: (a) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be In an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK W DocuSign Envelope ID 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F462ACECB5559 Contract no. 23-121-01 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO�a_MIAM1BEACHFL.GOV PHONE: 305-673-7411 ARTICLE 17 INSPECTOR GENERAL AUDIT RIGHTS 1 Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. 4 The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 8 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope U 6E6A58C7.9142-484F-904F-4B2ACEC135559 Contmo aa. 23.121-01 5, The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: If this contract is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 6. The provisions in this section shall apply to the Consultant, its officers, agents, employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this contract. 7 Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they be construed to impose any liability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws, The exclusive venue for any litigation arising out of this Agreement shall be Miami -Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT, 18.2 EQUAL OPPORTUNITY EMPLOYMENT 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. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the 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 Consultant, supplier, subconsultant, or subconsultant under a contract with the City, and may not transact 29 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F•904F-4B2ACEC85559 Conlrmi, no. 2 t-121 •U 1 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 18.4 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. 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 18.5.2 Proiect Documents. In accordance with Section 119,071 (3) (b)(2), Florida Statutes, entitled "General exemptions from inspecting or copying public records," 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 oerform its duties and responsibilities; to a licensed architect, engineer, or Consultant who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the 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. 16.6.2.2 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. 18.5.2.4 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 is DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 documents. 18.5.3 E-Verify Contlud no. 23-121-01 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally. Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultanl must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien, Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.5.3.2,2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and lnay not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination underthe foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18,5.3.2 1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. ;I DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F482ACEC85559 „niraa fro U47.1,tN 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (0) is beyond the reasonable control of such party unable to perform the obligation, and (ill) Is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement, 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (1) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (Ili) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party Is rendered unable, in whole or in part, by Force Majeure to cant' out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a ,esult of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and oiabillties which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 32 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Dur_uSign Envelope ID666A58C7-9142-484F-904F-4B2ACECB5559 Comma no. 23-121-01 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its staled term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, Including documents prepared by its subconsultants. 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. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City 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. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.10 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.11 INTENT OF AGREEMENT: 18.11.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. ii DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID666A58C7-9142-4a4F-904F-4B2ACECB5559 Comma no, 23-121d11 18,11.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does 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. 18.11.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.11.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein, and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation 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. [BALANCE OF PAGE IN`i'ENTIONALL LEFT BLANK[ Z DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-9U4F-4B2ACECB5559 Contract no. 23-121-01 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 DocuSigned by: RAFAEL E. GRANADO, CITY CLERK 9/25/2023 1 12:56 EDT Date. CONSULTANT: WANNEMACHER JENSEN ARCHITECTS, INC. S/i9ature/ esident 10 0 /) 1 ' %' i' r . Print Name -:1 Dat 35 CITY OF MIAMI BEACH: AL NA T. HUDAK I CITY MANAGER t Date. APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION .� Clty Attorney/ Date DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-4B4F-904F-4B2ACECB5559 C ontnu;t no. 23-121.01 SCHEDULE A SCOPE OF SERVICES 36 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 TITA Wonnemacher Jensen Architects, Inc. City of Miami Beach (CITY) Natalia Delgado, CPPB Contracting Officer 1 Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, FL 33139 August 2S, 2023 Ref: Architectural and Engineering Design Services Proposal for 72nd Street Community Complex - Project No. RFQ-2023-121-ND Wannemacher lensen Architects, Inc. (ARCHITECT) is pleased to submit this proposal to provide Services for a New Development of a Community Complex for the City of Miami Beach (CITY). This proposal is based upon the following assumptions. Project Description/Information Location: The Project is located in the City of Miami Beach and encompasses the entire block bordered to the north and south by 73rd and 72nd Streets, Collins Avenue to the east, and Harding Avenue to the west Parking Lot 92 (1392). Project Information, Program and Physical Characteristics: The City of Miami Beach aims to design and construct a new Community Complex at the proposed location described above. The proposed design will consist of a Community Complex Building, Aquatics Center, Commercial Space, Parking Garage and Public park spaces. The ("Project"), as per project requirements listed in RFQ NO. 2023-121 and DESIGN CRITERIA PACKAGE (DCP), include; a 500-space parking structure, 50-meter competition pool with support amenities, 25-meter multi- purpose pool, 5,000 to 10,000 Square Foot Miami Dade County Library, 5,000 Square Foot of Commercial / Retail Space, 7,500 Fitness Center, 5,000 Square Foot Community Center, 60,000 Square Foot Active green space and jogging path. Provisions shall be made to restore all construction and lardscaping disrupted as part of the proposed construction. The facility will be designed to accommodate future sea -level rise and the City's storm water management and resiliency program, including the elevation of roadways and stormwater retention. ARCHITECT shall integrate building materials and methods that promote environmental quality, economic vitality, and social benefit through the construction and operation of the built environment in accordance with U.S. Green Building Council standards and the City's Sustainability Code Requirements. The final project aims to meet at a minimum LEED Gold Certification and Parksmart Gold Certification. Additionally, the selected consultant shall reference and include best design practices to address future sea -level rise, the CITY's storm water management program, and the CITY's strategy to increase resiliency through the use of blue and green infrastructure. Architect will use the CITY's E-Builder software to track, review, and provide response to Submittals and RFls. Architect assumes that the CITY will purchase and manage the E-Builder software. 815 NW 57"AVENUE #219 / Miami, FL 33126 / 727.822 5566 / www.wiarc.com / AR94244 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID- 666A58C7-9142-484F-904E-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 2 CITY's Budget for Construction Cost: Total Project Budget of $98 Million. $70 Million Estimated Construction Budget. Proposed Consultants: Discipline Consultant Civil Engineering & SUE Survey KEITH Landscape Architecture W Architecture and Landscape Architecture, LLC Structural Engineering DDA Engineers, P.A. Architecture, Mechanical, Plumbing & Fire Wolfberg Alvarez & Partners Protection Electrical Engineering & Low Voltage R.O.W. Electrical & Lighting Engineering Parking Aquatics Sustainability Commissioning SDM Consulting Engineers, Inc.. SDM Consulting Engineers, Inc. DESMAN Inc. Counsilman-Hunsaker Associates SEQUIL Systems, Inc SEQUIL Systems, Inc Resiliency Calvin, Giardano & Associates S to Survey Pulice Land Surveyors, Inc. Geotechnical Engineering Langan Engineering & Environmental Services Environmental Site Assessment Langan Engineering & Environmental Services Wells (RAR) All Webbs Enterprises, Inc Traffic Study & R.O.W. KEITH Traffic Signali2ation Design GOAL Associate, Inc. Building Envelope C.B. Goldsmith & Associates, Inc. Cost Estimating RIB U.S. COST Life Safety Jensen Hughes Asbestos Testing Gallagher Bassett Services, Inc. Special Window and Door Inspections (NOA) DDA Engineers, P.A. All the above listed are referred to as CONSULTANTS within this proposal. Scope of &-is;c Servicf,., The Basic Services below consist of the usual and customary Schematic Design, Design Development, Construction Documents, Permitting/Bidding, Pre -Construction Coordination with CMAR, Construction Estimates and Construction Administration for architectural, structural, mechanical, electrical, and plumbing engineering services. In addition, Coordination and Phasing for the relocation of the existing utilities is included. Miami Dade County Public Library review shall occur concurrently with city stakeholders. Services not set forth in the Scope of Basic Services are considered Supplemental Services. Task 1: Schematic Design Phase (30% Construction Documents) (Duration 122 days — Duration shall include time for all deliverables including cost estimating. Task shall not be considered complete until all deliverables have been submitted.) Based upon the CITY's approval of the program of spaces, Architect will prepare Schematic Design Documents for review and approval. The documents will consist of items necessary to convey the nature of the schematic approach, including an architectural site plan, preliminary building plans and DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484f---904F-4B2ACECB5559 Miami Beach 72"" Street Community Comple August 25, 2023 Page 3 other drawings as needed for CITY review and feedback. This Task will run concurrent with Task 7 Entitlement Process described below. The Architect will: 1. Review laws, codes, and regulations applicable to the Project. 2 Evaluate the Owner approved program, schedule, budget for the Cost of Work, Project site, and other information pertinent to the requirements of the Project. 3. Coordinate and attend up to seven (7) in person progress meeting(s) 4. Coordinate and attend up to eight (8) virtual progress meeting(s). S. Prepare Schematic concept(s) consisting of a site plan, preliminary building plan, sections and elevations required to develop and coordinate the schematic scope of work. If budget is not achieved team will provide additional concepts for review. 6. Final design concept will be cost estimated and confirmed prior to stake holder process. 7. Preliminary selections of major building systems and construction materials shall be noted on the drawings or described in writing. 8. Submit Schematic Design Documents for Owner's review and approval. 9. Update project design schedule. 10. Perform any other requirements as set forth in the CITY's Agreement. 11. Prepare 3D Model Draft Render Views and Images to review proposed design concepts for interior and exterior environments. 12. Prepare Meeting Minutes for OA (Owner/Architect) meetings. 13. Prepare Meeting Minutes for Consultant Coordination and Progress meetings. 14. Prepare schedule of values for Supplemental Services to be billed against. 15. Based on approved design concept and budget analysis team will meet with stakeholders. Task 2: Design Development Phase (60% Construction Documents) (Duration 133 days - Duration shall include time for all deliverables including cost estimating. Task shall not be considered complete until all deliverables have been submitted.) Based upon the CITY's approval of the Schematic Design Documents, the Architect will prepare Design Development Documents for review and approval. The Design Development Documents will consist of items necessary to illustrate and describe the development of the schematic design, including building plans, sections, elevations and diagrammatic layouts of building systems necessary to convey the character of the project. The Architect will, 1. Meet and coordinate systems with engineering design consultants. 2. Prepare developed plans, sections, elevations, typical construction details, and diagrammatical layouts of building systems. 3. Coordinate and attend uo to seven (7) in person progress meeting(s). 4. Coordinate and attend uo to eight (8) virtual progress meeting(s). 5. Outline specifications that identify the major materials and systems. 6. Submit Design Development Documents for CITY's approval. 7. Update project design schedule. 8. Perform any other requirements as set forth in the CITY's Agreement. 9. Prepare 3D Model Draft Render Views and Images to review proposed design concepts for interior and exterior environments. 10. Prepare Meeting Minutes for Bi-weekly OA (Owner/Architect) meetings. 11 Prepare Meeting Minutes for Consultant Coordination and Progress meetings. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID'. 666A58C7-9142-4B4F-904F-4B2ACECB5559 Miami Beach 72"`' Street Community Comple August 25, 2023 Page 4 Task 3: Construction Documents Phase (90% and 100% Construction Documents) (Duration 202 days - Duration shall include time for all deliverables including cost estimating. Task shall not be considered complete until all deliverables have been submitted.) Based upon the CITY's approval of the Design Development Documents, the Architect will prepare Construction Documents for review and approval. The Construction Documents will illustrate and describe the further development of the approved Design Development Drawings and will consist of detailed Drawings and Specifications that describe requirements for the construction of the work. The Construction Documents will be used for the purpose of bidding, permitting, and construction. The Architect will: 1. Meet and coordinate systems with engineering design consultants. 2. Coordinate and attend up to seven (7) in person progress meeting(s). 3. Coordinate and attend up to eight (8) virtual progress meeting(s). 4. Incorporate the design requirements of governmental authorities having jurisdiction over the Project S. Prepare a set of Construction Documents including detailed design plans, detailed building system plans, specifications identifying materials, systems and their respective standard of quality. 6. Submit Construction Development Documents for Owner's Review and approval. 7. Perform any other requirements as set forth in the CITY's Agreement. 8. Prepare 3D Model Draft Render Views and Images to review proposed design concepts for interior and exterior environments. 9. Prepare Meeting Minutes for Bi-weekly OA (Owner/Architect) meetings. 10. Prepare Meeting Minutes for Consultant Coordination and Progress meetings. Task 4: Assistance with Pre -construction Coordination, Procurement, Permitting/Bidding Architect will assist the CMAR during pre. -construction coordination after 90% Submission and assist the Construction Manager with permitting and obtaining bids from subcontractors. CITY's departmental comments and Building department comments will be incorporated igto Permit Document responses. CONSULTANT(s) will upload all permitting documents to the regulatory and municipal website(s). The Architect will: 1. Assist the Construction Manager in establishing a list of prospective sub -contractors 2. Provide Signed and Sealed document sets for the building permit for all required agencies. 3. Submit for FWC / CCCL Permit Application for Exterior Building Lighting Coordination for Marine Turtle Protection, as required. 4. Modify documents as required in response to Permit Review comments. 5. Assist the Construction Manager with preparation and distribution of bid documents. 6. Respond to questions and provide clarifications and interpretations of the Construction Documents to CITY / Construction Manager and prospective subcontractors. 7. Provide a complete set of construction drawings including all Addendum. 8. Review and provide opinion on sub -contracts. 9. Perform any other requirements as set forth in the CITY's Agreement 4 DocuSign Envelope lU 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72r" Street Community Comple August 25, 2023 Page 5 Task 5: Construction Administration (Duration 24 months) The Architect will provide construction oversight to review if the project is being performed in accordance with the Construction Documents. The Architect will assist the Contractor when conflicts or clarifications are needed. The Architect and Engineers will make periodic site visits to observe construction and follow the progress. The Architect will: 1. Attend Preconstruction Meeting 2. Review and certify Contractor's pay applications based on the Architect's best knowledge of the information and data available to Architect. 3. Attend Bi-weekly CMAR OAC scheduled meetings. Additional required meetings have been included as an allowance and are described on page 52. 4, Prepare Meeting Minutes for Bi-weekly OAC (Owner/Architect/Contractor) meetings. 5. Prepare Bi-weekly Field Reports with Photos in Plan grid or CMAR preferred software. 6. Review and respond to the contractor's submittals and shop drawings. 7. Provide telephone and email correspondence as necessary. 8. Respond to the contractor's questions and need for clarifications. 9. Attend the Substantial Completion walk-through. 10. Attend the Final Completion Walk -Through, 11. Prepare Punchlist and attend Close-out Meeting. 12. Review and respund to the Contractur's prepared as -built drawings. 13. Review change orders. 14. Perform any other requirements as set forth in the Cl TY's Agreement. A construction duration of approximately 24 months is anticipated based on the project information. Up to 48 site visits/meetings at the Project site are included. Task 6: Programming Verification (Duration 21 Days) Pr or to beginning Schematic Design Phase (30% CD) ARCHITECT will develop a project specific programming document Based on Design Criteria Package Developed for 72"' street Community Complex and RFQ documents provided. ARCHITECT will meet with all pertinent department heads and stakeholders. ARCHITECT will prepare a program summary identifying all required areas and their associated square footage. The Architect will: 1. Coordinate and attend a kick-off meeting to discuss and reach an understanding of the ARCHITECT/CITY's Project requirements. 2. Review the program and other information provided by the CITY 3. Meet with CITY Stakeholders and CITY departments heads. a. It is assumed that the City will be responsible for selecting the required stakeholders/departments and organizing the meetings with these parties. It is also assumed these meetings will be scheduled to be completed across a span of no more than Five (5) days. 4. Analyze Data gathered and provided. 5. Prepare program summary with Square Foot requirements. Task 7: Entitlement Process (DRB Approvals) Entitlement process to run concurrent with Task 1 - Schematic Design Phase 30% CD. ARCHITECT will prepare presentation documents and attend Meetings for community input and feedback. Prepare DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-914;?-484F-904F-4b2ACEC85559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 6 required site plan and rendered views necessary for Planni-ig and ORB review Including computer - based model of proposed structure as well as generic massirg for existing structures on all directions within 200 feet of the proposed structure. The Architect will: 1. Attend Four (4) Stakeholders Meetings, Community Re -development Association (CRA) and Neighborhood Associations. 2. Attend Six to Eight (6-8) Meetings with City Departments Heads. 3. Attend one (1) meeting with Planning Board and one (1) meeting with Design Review Board (DRB). Task 8: Geotechnical Engineering Services GEOTECHNICAL ENGINEERING STUDY Consultant's scope of services for the Geotechnical Engineering Study includes: (1) performing a supplemental subsurface investigation, (2) performing engineering evaluations and analyses, and (3) preparing a geotechnical engineering study report providing foundation recommendations for the proposed updated development concept. Consultant's scope of services for the proposed geotechnical engineering study is described in detail in the following sections. SUPPLEMENTAL FIELD SUBSURFACE INVESTIGATION In Addition, Consultant proposes performing a supplemental subsurface investigation consisting of six (6) additional borings in previously un-investigated portions of the site. Four (4) borings will be to a depth of 100 feet each and two (2) borings to a depth of 120 feet. For these borings, Standard Penetration Tests (SPT) will be performed in accordance with ASTM D 1586, with SPT typically done continuously in the upper 10 feet of each boring and at 5-foot intervals thereafter. Some additional sampling could be performed in selected borings at specific depths to better define the thickness or density/consistency of selected strata. The SPT provides index values (N- values) from which the density and compressibility of the subsurface layers can be inferred. Samples of the subsurface materials for visual classification and laboratory index property testing will be obtained. In addition to the soil borings, Consultant's scope will include performing four (4) open -hole, constant - head exfiltration test (percolation test) performed in accordance with the guidelines of the South Florida Water Management District. The percolation test will be performed at a depth of 15 feet below the land surface. The purpose of the percolation tests is to assist the project civil engineer in the design of site drainage wells and/or exfiltration drainage if required. Upon completion, the boreholes will be backfilled with the cuttings. For borings drilled in asphalt, the top of the borehole will be patched with asphalt or concrete. All subsurface investigation work will be done by a specialty drilling subcontractor under the supervision of one of Consultant's representatives. The CONSULTANT will layout the borings, confirm that the drilling is performed in accordance with the applicable standards, and examine and log the soil and rock samples obtained from the borings. CONSULTANT will request access be granted permission to enter the property. CONSULTANT will perform the borings at locations accessible to standard truck -mounted equipment. It is assume the fieldwork will be performed during normal workdays and work hours. It is assumed that the work will DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC135559 Miami Beach 72" Street Community Comple ALgust 25, 2023 Page 7 consist of standard geotechnical drilling techniques and do not include the costs associated with drilling through environmentally impacted subsurface materials. Prior to drilling, CONSULTANT will provide a plan with boring locations to be performed in parking spaces for approval by the CITY. CONSULTANT will contact Sunshine State One -Call to arrange for them to mark -out the -locations of known active public underground utilities. In addition, Consultant will engage a specialty -subcontractor to provide private utility locating services using Ground Penetration Radar (GPR)-techniques at the proposed boring locations as an additional precaution. CONSULTANT will patch and repair any damage to the asphalt as a result of the borings being performed GEOTECHNICAL ENGINEERING EVALUATION AND REPORT All relevant information and subsurface data obtained during this investigation, as well as the subsurface information already available in Consultant's files, will be analyzed and evaluated with respect to foundation support oiternatives. Consultant's experience and technical capabilities will be utilized to provide technically feasible foundation alternatives for the proposed development. Consultant will also evaluate the anticipated total and differential settlement associated with the proposed development, and provide recommendations for below grade walls, ground -loor slabs, utility support, soil backfill requirements, general site preparation requirements, and suggestions for construction excavation and dewatering. Consultant will present the results of Consultant's subsurface investigation, the results of Consultant's analyses and evaluations, and Consultant's foundation recommendations in an Initial Geotechnical Engineering Study report. The report will be prepared under the direct Supervision of Florida Licensed Professional Engineer. The report will be signed and sealed and suitable for submission to the reviewing agencies. PROJECT MEETINGS AND INTERACTION WITH THE DESIGN TEAM We will attend coordination, design, and construction meetings as necessary with the project teem to discuss project geotechnical issues and help expedite and/or coordinate the design and construction process. We will also interact with members of the project team as necessary to address any geotechnical issues. Task 8A: Environmental Engineering Services TASK 1 — PHASE I ENVIRONMENTAL SITE ASSESSMENT We will complete the Phase I ESA using the guidelines of the ASTM International Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process (ASTM E1527-21), and the United States Environmental Protection Agency's (US EPA's) All Appropriate Inquiries (AAI) Rule (40 CFR Part 312). The purpose of this Phase I ESA is to ide-ltify, to the extent feasible pursuant to the processes prescribed herein, recognized environmental conditions (RECs) in connection with the subject property. The Phase I ESA will include reviewing physical setting resources, government records and historical records; completing a site reconnaissance; interviewing owners/operators/occupants of the subject property; and evaluating the information obtained. We will provide the findings, opinions, and conclusions of the Phase I ESA in a report signed by an environmental professional, REQUIRED INFORMATION We assume that the names and contact information for current and prior owners, operators, and occupants of the subject property will be provided by ARCI ilTECT, if available. We request that the following information be provided upon authorization to proceed: • A completed User Questionnaire 7 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F402ACECB5559 Miami Beach 72Md Street Community Comple August 25, 2023 Page 8 • The findings of tasks defined as user responsibilities (e.g., title search, environmental lien search, etc.) • Pertinent documents as described in User questionnaire, Task 2 • All previous environmental reports (e.g., previous Phase I ESA reports) SCHEDULE CONSULTANT will provide a draft of our Phase I ESA report four weeks following authorization to proceed or three weeks after the site reconnaissance, whichever occurs later. We will provide a final Phase I ESA report one day after receipt of your comments, if any. We will submit an invoice on a limp sum basis upon submittal of the draft report in accordance with our General Terms and Conditions. Task 9: Civil Engineering CONSULTANT will be responsible for the following disciplines: Subsurface Utility Engineering (SUE), Utility Coordination, and Civil Engineering. CONSULTANT has identified the following agencies that will require coordination, submittals and or permitting throughout the project: • City of Miami Beach - Public Works and Engineering Departments. • City of Miami Beach =ire Department - Water. • Miami -Dade Water and Sewer (MDWASD) - Wate, and Sanitary Sewer. • Miami -Dade County RER Water Section - Water. • Miami -Dade County RER Wastewater Section - Sanitary Sewer. • Miami -Dade County Health Department - Water. • Miami -Dade County DERM - Water Control Section (WC) - On -site. • Miami -Dade County Department of Transportation & Public Works (On -site). • Florida Department of Transportation (FDOT) - SR A1A STORMWATER IMPROVEMENTS: CONSULTANT anticipates that the existing on -site stormwater pipes that will need to be relocated will consist of a 15-inch stormwater pipe on Harding Avenue (to the west) and a 24- inch stormwater pipe on Collins Avenue (to the east) Per the City's Communication If Jacob's Hydraulic Analysis identifies the need for upsizing stormwater infrastructure for not larger than 2 nominal sizes before reaching 60% CDs, CONSULTANT will incorporate the changes in the plans, but if the changes are requested after 60% CDs, a supplemental Services Agreement will be submitted. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEC35559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 9 Existing Stormwater infrostructure GIS Map by City of Miami Beach WATER AND SANITARY SEWER IMPROVEMENTS: 1. It is anticipated that all existing nearby utility infrastructure is adequate to provide the required domestic water, fire, and sanitary sewer services to the proposed development. An evaluation of the existing infrastructure regarding capacity to service the proposed development is being perform by Jacobs for the City and is therefore not included in this scope of work. If required a supplemental additional services agreement will be submitted. 2. If Jacob's Hydraulic Analysis identifies the need for upsizing water and sewer infrastructure for not larger than 2 nominal sizes before reaching 601/1. CDs, CONSULTANT will incorporate the changes in the plans, but if the changes are requested after 60% CDs, a supplemental Services Agreement will be submitted. 3. Services associated with designing and permitting any off -site infrastructure improvements (such as off -site pump stations) required to provide service to the site will be addressed as additional services. 3. CONSULTANT anticipates the Water and Sanitary Sewer relocations will include a 12-inch water main in the center of the site, a 36-inch force main in the center of the site, a 12-inch & 20-inch sewer force main on the west of the site, a Town of Surfside 16-inch sewer force main on the west of site and a Bay Harbor Islands sewer force main of unknown size. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACEC85559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 10 Existing Water Infrastructure GIS Map by City of Miami Beach g . / OF SUH 73rsf » 5 - Proposed l6"F -` i I[NW, -r - e30"wu tii;Gl t ;Jl!I11'; ProposFM i U OPAL PARK PropOead 20" FM PA i �Propoead 12" FM --- Proposed 2 M i k 4i - Y Existing Sanitary Sewer Infrastructure GIS Map by City of Miami Beach ROADWAY IMPROVEMENTS: 1. No offsite roadway improvements beyond pavement / sidewalk restoration and restriping are anticipated and as such not included in this Agreement. Fees for these services will be submitted to CITY as additional services under a contract addendum if required. 2. CONSULTANT will restore the roadway grading on Harding Ave, Collins Ave, 72nd St, and 73rd St to match existing grades and will not restore the road per the City of Miami Beach 10 DocuSign Envelope ID 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEC65559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 11 raise the road project requirements. Project Development will be designed to anticipate the raise the road project, so future harmonization is mirimized. 3. Intersection improvements such as Signalization and Controls design, are included at the proposed new drive on 72nd Street. Signalization design at the four (4) existing intersections (listed below) is not anticipated and is not included. An allowance has been included as part of the allowance for Signalization and Controls design as required. 4. Turning Radii and ADA push buttons design are included at the proposed new drive on 72nd Street. Turning Radii and ADA push buttons modification are not anticipated at the four (4) existing intersections (listed below) and as such not included in this Agreement. Fees for these services will be submitted to the CITY as additional services under a contract addendum, if required. (4) Four Existing Intersections: • Northbound SR-AlA and 72nd Street • Northbound SR-AlA and 73rd Street • Southbound SR-AlA and 72nd Street • Southbound SR-AlA and 73rd Street PROJECT AREAS —SITE MAP PROJECT MANAGEMENT / TEAM MEETINGS AND COORDINATION / MEETINGS WITH GOVERNMENT AGENCIES CONSULTANT will coordinate, prepare for, and attend meetings with applicable Government Agencies as it relates to site/civil engineering items, including project orientation meetings, Fire Marshall, Engineering, and Utility representatives, and coordinate with applicable State and County Agencies required for final permit submittals. 11 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-f)04F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 12 CCNSULTANT will prepare for and attend team meetings for site/civil engineering items during the design and permitting phases of the project on an as needed basis as shown under the SCHEDULE section of this proposal. CONSULTANT will be represented at reoccurring team meetings by the project manager and when necessary, ether team experts for civil items. CIVIL ENGINEERING SERVICES ON -SITE SCHEMATIC DESIGN 30% CIVIL PLANS Based on the survey data and utility investigation provided in the RFQ, initial field review of the site plan provided, CONSULTANT will prepare a preliminary engineering plan depicting the proposed imorovements that meet the requirements of the Design Criteria Package, the CITY and regulatory agencies. CONSULTANT will submit the Schematic Design plans for review by the CITY for approval prior to preparing 60% Design Development Documents. CONSULTANT will perform utility records research to assist in identifying utility owners that may have facilities within project limits and may be affected by the project. CONSULTANT will collect applicable utility owner records for review and include on the plans. Preliminary water, sanitary sewer and drainage calculations will be performed to address the impacts of :he proposed development relating to the requirements of the site plan submission. One preliminary engineering plan will be prepared based on the supplied site plan design. CONSULTANT will prepare an initial Engineer's Opinion of Probable construction cost estimate as it relates to site/civil items. This cost estimate will be based on best available unit prices and is non- binding. Off -site roadway is to be restored per existing conditions. Ha,monization between the proposed site elevations and existing and future right-of-way will be provided as part of the project civil design. No additional improvements are anticipated. If additional improvements (i.e., Lane reconfiguration, bike lanes added, additional crossings, etc.) are required the fees for these services will be submitted as additional services under a contract addendum. The civil plans will contain the location of the proposed site lighting. Deliverables: 1. Three (3) sets of Schematic Design 30% Plans (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of Preliminary Water, Sanitary Sewer and Drainage Calculations as required 4. 30% initial Engineer's Opinion of Probable construction cost estimate for site/civil items. ON -SITE DESIGN DEVELOPMENT 60% CIVIL DESIGN DOCUMENTS CONSULVANI will prepare 60% engineering plans addressing previous comments by the C17Y, depict the plan and profile of the proposed water main, initial site grading and drainage layout that identify utility crossings and meets the requirements of the regulatory agencies. The design development plan will include available existing utility information collected from various sources (Government Agencies, Utility providers etc.). This preliminary utility information will be relied upon by CONSULTANT in the preliminary design phase. 12 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope IDS 666A56C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 13 Preliminary stormwater management calculations will be performed to address the impacts of the proposed improvements relating to the requirements of the permitting agencies. The plans will contain the location of the proposed landscape / hardscape improvements and lighting / electrical improvements. CCNSULTANT will provide a site / civil technical specification outline for review and approval by the CITY. CONSULTANT will provide an initial Summary of Permits Matrix. CONSULTANT will prepare an updated Engineer's Opinion of Probable construction cost estimate (60%) as it relates to site/civil items. This cost estimate will be based on best available unit prices and is non -binding. Deliverables: 1. Three (3) sets of Design Development 60% Plans (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of the site / civil technical specification outline. 4. One (1) copy of summary of permits matrix. S. One (1) copy of Preliminary Water, Sanitary Sewer and Drainage Calculations as requirec. 6. 60% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. ON -SITE 90% CIVIL CONSTRUCTION DOCUMENTS CONSULTANT will prepare detailed 90% site civil engineering plans addressing previous comments by the CITY, final on -site site grading and drainage layout that identify utility crossings, plan/profile of the of the proposed on -site water main, and on -site pavement marking and signage plans. These 90% plans are site/engineering perm t level plans. The civil design services of the off -site roadway plans for the improvements are included under separate task. Stermwater management calculations will be prepared to address the impacts of the proposed improvements relating to the requirements for permit agency submittal. The stormwater management system will need to address water quality treatment and water quantity storage to meet the requirements of the jurisdictional agencies. It is anticipated that the proposed drainage system will consist of a series of catch basins, pipes, and drainage wells and/or exfiltration drainage if required. Typical sections and standard paving and drainage details and notes for the construction of the paving, grading, and drainage system are included. Soil percolation tests to satisfy regulatory agency requirements will need to be performed by others as required. Once the CITY, accepts these plans, CONSULTANT will use this set to submit to the appropriate permitting agencies at one time. The 90% plans will consist of: 1. Site / Civil Cover Sheet 2. Legend and Abbreviations 3. General Construction Notes 4. Construction Specifications 13 DocuSign Envelope ID4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72ntl Street Community Comple ALgust 25, 2023 Page 14 5. Erosion Control Details and Notes 6. Demolition Plans and Notes 7. Paving, Grading and Drainage Plans 8. Paving, Grading and Drainage Details 9. Water and Sanitary Sewer Plans 10. Water and Sanitary Sewer Profiles 11. Water and Sanitary Sewer Details 12. Pavement Marking & Signage Plans 13. Pavement Marking & Signage Details CCNSULTANT will provide a site / civil technical specification package for review and approval. CCNSULTANT will provide an updated Summary of Permits Matrix. CONSULTANI will prepare an updated Engineer's Opinion of Probable construction cost estimate (90%) as it relates to site/civil items. This cost estimate will be based on best available unit prices and is non -binding. Deliverables: 1. Three (3) sets of the 90% Design Development package (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (i) copy of the site / civil technical specifications. 4. One (1) copy of summary of permits matrix. 5 One (1) copy of Water, Sanitary Sewer, and Drainage Calculations. 6. 90% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. ON -SITE FINAL 100% CIVIL CONSTRUCTION DOCUMENTS CONSUL f ANT will prepare 100% Construction Documents addressing previous comments by the CITY, and permitting agency comments. CONSULTANT will provide the final site / civil technical specification package for review and approval by the CITY. CONSULTANT will provide the final summary of permits and permit book for review and approval by the CITY. CONSULTANT will prepare an updated Engineer's Opinion of Probable construction cost estimate (100%) as it relates to site/civil items. This cost estimate will be based on best available unit prices and is non -binding. Deliverables: 1. Three (3) sets of the 100% Construction Documents package (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of the Final specifications. 4. One (1) copy of the Final summary of permits and permit book. 5. 100% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. ON -SITE ENGINEERING PERMITTING 14 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID' 666A58C7-9142-484F-904F-4B2ACEC65559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 15 CONSULTANT will prepare and submit the site/engineering permit applications for the construction of the development and process them through the following regulatory agencies: Development Review: • City of Miami Beach - Site Plar/Design Review. • Floodplain Management. Water and Sewer System: • City of Miami Beach - Water and Sanitary Sewer. • Miami -Dade Water and Sewer (MDWASD) - Water and San tary Sewer • Miami -Dade County RER Water Section - Water. • Miami -Dade County RER Wastewater Section - Sanitary Sewer. • Miami -Dade County Fire Department - Water. • Miami -Dade County Health Department -Water. Paving, Grading, and Drainage System: • City of Miami Beach - Public Works and Engineering Departments. • Miami -Dade County DERM - Water Control Section (WC) - On -site & Off -site. • Miami -Dade County Department of Transportation & Public Works (On -site). • Florida Department of Transportation (FDOT) - SR AlA Pavement Markings and Signage: • City of Miami Beach - Public Works and Engineering Departments. • Miami -Dade County Department of Transportation & Public Works (On -site). • Florida Department of Transportation (FDOT) - SR AlA The site/civil permitting services of the off -site utility relocation plans and roadway plans for off -site improvements along SR AlA (Colins Ave. & Harding Ave.), 72nd Street and 73rd Street are included under a separate task. The NPDES Permit needs to be applied for by the contractor (as permittee) since they will be responsible in maintaining the BMPs. CONSULTANT will provide a typical Erosion Control Plan (ECP) for the contractor to use for the FDEP permit. CONSULTANT's scope is limited to assistance with completing the information on the application and providing the required ECP plans. SWPPP Permit application is to be prepared by the Contractor prior to construction start. Processing the required building permits will be the responsibility of the CITY's selected contractor and is not included. Deliverables: 1, Permit applications and submittal documents required for above listed regulatory agencies for the listed project improvements. 2. One (1) copy of final permit book with summary of permits matrix and copies of all permits and special conditions. BID ASSISTANCE/CONSTRUCTION / PROJECT MANAGEMENT SERVICES CMAR GMP BIDDING ASSISTANCE 15 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72"6 Street Community Comple August 25, 2023 Page 16 CONSULTANT will provide support to ARCHITECT and the CITY during the bidding process. This task includes: 1, Provide bid and construction documents (plans and technical specifications) in approved format required by ARCHITECT and the CITY. 2. Attending one (1) pre -bid meeting with the ARCHITECT, CITY, other Consultants and Contractor(s). 3. Issue technical addenda(s) and/or responses to request for information (RFI's) as it relates to site / civil elements for clarification as necessary during the bidding process. 4. Attend two (2) additional coordination meetings, CITY and Contractors (if required) (including bid opening). 5. Assist the ARCHITECT and the CITY in the evaluation of the bids received. CONSTRUCTION OBSERVATION FOR ENGINEERING CERTIFICATION (ON -SITE) CONSULTANT will provide const-uction engineering services in order to verify the integrity of the design intent and certify to the CITY and other jurisdictional agencies that the construction of the on - site work has been completed in substantial compliance with the approved documents and permits. Any revisions or deviations to original construction documents, including but not limited to, substitutions and/or unforeseen conditions may impact schedule and will require additional fees. Services included are described as follows and are anticipated to take place in the time frame indicated in the "SCHEDULE" for CONSTRUCTION ADMINISTRATION SERVICES below. SHOP DRAWING REVIEWS CONSULTANT will review shop drawings, samples, and calculations, which the selected contractor is required to submit for review. This review will only be for conformance with the design concept of the project and compliance with the information provided on the design drawings and specifications. Such review will not extend to methods, means, techniques, construction sequence(s) or procedures, or to safety precautions and related programs. CONSULTANT will also determine the acceptability, subject to CITY approval, of substitute materials and equipment proposed by contractors. PERIODIC SITE VISITS AND CONSTRUCTION OBSERVATION CONSULTANT will visit the Project at intervals appropriate to the various stages of construction, as CONSULTANT deems necessary to observe as an experienced and qualified design professional to review the progress and quality of the various aspects of the contractor's work. CONSULTANT will coordinate and attend one (1) Pre -construction Meetings. Re -tests and failed inspections will be invoiced based on this same Fee schedule. ISSUE CLARIFICATIONS CONSULTANT will issue instructions and revisions to Contractor(s); issue necessary interpretations and clarifications of the contract documents; have authority, as the CITY's representative to require special inspection or testing of the work; act as initial interpreter of the requirements of the contract documents and judge of the acceptability of the work there under, and make decisions on claims of the contractor(s) relating to the acceptability of the work or the interpretation of the requirements of the contract documents pertaining to the execution and progress of the work MEETINGS AND CONFERENCE CALLS CONSULTANT will attend and or participate in project meetings and conference calls as requested by the CITY. CONSULTANT will review requests for information prepared by the Contractor and respond accordingly to affected parties. CONSULTANT will prepare drawings supplemental information needed to address the contractor's request for information. 16 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC35559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 17 AS-BUILTS REVIEW CCNSUL rANT will review the record drawings (as-builts) to verify substantial conformance to the approved plans. CONSULTANT will only review and reject any particular as -built plans set a maximum of two (2) times; any additional review will be considered adcitional services. The contractor will be expected to have the as-builts revised in accordance with all comments. FINAL INSPECTIONS CONSULTANT will participate, in a semi-final inspection for the purpose of determining if the project is substantially complete and participate in the preparation o, a written "Punch List" of incomplete, de`ective or deficient items. Upon notice from the ARCHITECT/CITY, participate in a final inspection together with contractor representatives to assure that "Punch List" items are complete, and the work is indeed completed in accordance with the contract documents. Upon completion of the final inspection, certify, in writing, that the work in -place is acceptable, subject to conditions therein expressed. This service is anticipated to be two (2) inspections. FINAL CERTIFICATION CONSULTANT will prepare final certification to appropriate permitting agencies utilizing record drawings for the design from the survey information supplied by the contractor, or by other means agreed to by both ARCHITECT and CITY. Note: It is the Contractor's responsibility to coordinate through the CONSULTANT the scheduling of testing. CONSULTANT will represent the ARCHITECT/CITY in performing periodic observation of construction as necessary to confirm construction is in accordance with the approved plans. The Construction Engineering and Certification for the work is for an anticipated to extend a period of 2 months beyond the substantial construction completion date for certifications. This additional time is included in the duration shown in the SCHEDULE section below. We anticipate the following items requiring as -built certification: • Water System • Sanitary Sewer System • Paving Grading and Drainage System Note: Construction -related surveying (stakeout, as --built plans, etc.) and testing (densities, concrete, LBR'S, etc.) services are not included in this Agreement. CONSTRUCTION OBSERVATION MEETINGS (OFF -SITE) Services included are described as follows and are anticipated to take place in the time frame indicated in the "SCHFDULE" for CONSTRUCTION ADMINISTRATION MEETINGS below. MEETINGS AND CONFERENCE CALLS CONSULTANT will attend and or participate in project bi-weekly meetings or conference calls as requested by the ARCHITECT and CITY. during the stipulated 24-months period for both off -site and on -site construction. Task 10: Subsurface Utility Engineering (SUE) Survey CONSULTANT will follow ASCE Standard 38-02 — "Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data" during the field and office operations for this project. The quality 17 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID663A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 18 levels discussed below are defined within the standard. CONSULTANT is to provide professional services associated with designation, location, and mapping of existing subsurface utilities. CONSULTANT will designate all known tone able and non -tone able utilities at Miami Beach 72nd Street Community Complex. SUE Designate limits are to depicted it exhibit below. Gravity systems, service laterals, irrigation or overhead facilities are not included in this investigation. HCRIZONTAL DESIGNATION SERVICES CONSULTANT will horizontally mark any known tone able and non -tone able underground utilities that are represented on as -built plans, above ground appurtenances, and other miscellaneous utility records (to be provided by ARCHITECT). Conductive utilities will be marked on the surface utilizing active geophysical prospecting techniques in conjunction with electromagnetic equipment utilizing passive radio and audio frequencies. Known non-conductive utilities and/or structures will be marked on the surface utilizing Ground Penetrating Radar (GPR), above ground features, professional judgment, utility plats and/or as-builts. This task does not include identifying gravity systems, service laterals, irrigation, or overhead facilities unless specifically requested by the ARCHITECT/CITY and included in the scope of services. LOCATION SERVICES CONSULTANT will perform up to fifty (50) test holes at specific sites requested by the design engineer. Test holes will be utilized to expose utilities to minimize any potential for damage. Test holes performed will be of minimum size (usually 1' by 1'). Backfill of test holes will be performed utilizing the removed material, if suitable. Areas will be restored back as close as possible to their original condition. Installation of an identifiable above ground marker will be performed at each test hole location. Field markers will consist of a nail and disk in asphalt, or an iron rod and cap with survey stake in grassed areas. Test holes performed in the street will be patched using cold patch. The test hole number and utility will be identified on the ground or on the stake, as appropriate. A test hole summary report will be created providing coordinates, depth of cover, type, size, and material if applicable. There is a four (4) test hole minimum for location services. SUBSURFACE UTILITY ENGINEERING CONDITIONS AND UNDERSTANDINGS 18 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID. 666A58C7-9142-484F-904F-402ACECB5559 Miami Beach 72n" Street Community Comple August 25, 2023 Page 19 ARCHITECT/CONSULTANT contact Sunshine State One Call of Florida forty-eight (48) hours in advance of any CONSULTANT excavation. CONSULTANT will not access confined spaces. if confined spaces need to be accessed for locating purposes, then the CITY will be notified, and further arrangements will be made for said access. Additional fees may be applicable. If additional MOT is required beyond the capability of CONSULTANT's standard MOT operations, CONSULTANT will notify the CITY. Standard CONSULTANT MOT operations include cones and men working ahead signage. Additional fees would apply for MOT requiring lane closures, arrow boards or flagmen. Additional requests outside the scope of services, when requested by ARCHITECT and/or CITY's representative, will be invoiced on an hourly basis. This proposal assumes site access is available and work can be performed between the hours of 7:30 AM and 5:00 PM Monday through Friday. UTILITY MAPPING CONSULTANT will perform surveying services to collect the surface markings completed in Task 201 and/or Task 202 that mark the underground utilities. Survey of said markings will be based on Real - Time Kinematic (RTK) GPS observations and referenced to the Florida State Plane Coordinate System (NAD83/11) and the North American Vertical Datum of 1988 (NAVD88). Survey of Horizontal Designations will be delivered in a geo-referenced (NAD83/11) AutoCAD file. Survey of Location Services (Test Holes) will be delivered in Excel in PNEZD format. RECORDS RESEARCH CONSULTANT will perform utility records research to assist the design team and/or CITY in identifying utility owners that may have facilities within project limits and may be affected by the project. CONSULTANT will collect any applicable utility owner records for review, assistance, and development of a composite drawing or equivalent. All obtained utility information will have the co -responding quality levels indicated; utility type and/or ownership; date of depiction; accuracy of depicted appurtenances; active or out -of -service status; size; condition; number of jointly buried cables; and encasement (if applicable). Includes coordination with FPL Distribution for proposed Se,vice Point. UTILITY COORDINATION The purpose of utility coordination is to ensure that all franchise utility (AT&T Distribution, Breezline, Comcast, Crown Castle, FPL Distribution, FPL Transmission, Hotwire, MCl/Verizon, TECO) negotiations have been completed and arrangements made for utility work to be undertaken and completed as required for proper coordination with the physical construction schedule. UTILITY KICKOFF MEETING CONSULTANT will meet with project personnel (Project Manager and/or Designers), as may be needed, to assure that all necessary coordination will be accomplished in accordance with ARCHITECT/CITY's expectations. IDENTIFYING EXISTING UTILITY AGENCY OWNER(S) CCNSULTANT will identify all utilities within project limits/boundaries that may be impacted by the project. CONSULTANT will: • obtain/update design ticket from One Call Sunshine (811) service. • review available existing utility permits. • review available survey data. MAKE UTILITY CONTACTS 19 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 6E6A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72"" Street Cornminity Comple ALgust 25, 2023 Page 20 CONSULTANT will contact utilities: • Initial (first) Contact: distribute Initial (concept) plans. Request utility type, size, location, easements, compensable interests. Request voltage information for power lines in project area. Distribute to Utility Agency Owners (UAOs) project schedule. Second Contact: transmit to UAOs Constructability set of plans with utility facilities shown on the plans. Request mark-ups, potential conflict locations and costs for relocations. • Third Contact: final plans distribution to UAOs. Distribute to UAOs updated project schedule. Request from UAOs documentation with final disposition of utility facilities within project limits. Identify agreements and bundle all utility information in the final utility package. Transfer final utility package to Project Manager. Based on the projects complexity more contacts may be necessary. Those contacts will require additional compensation. CCLLECT AND REVIEW PLANS AND DATA FROM UAO(S) CCNSULTANT will review utility marked plans and data individually as they are received for content. Ensure information from the UAO (utility type, material, and size) is sent to the designer for inclusion in :he plans. Forward all requests for utility reimbursement and supporting documentation to the Project Manager. UTILITY DESIGN MEETING CONSULTANT will schedule, not fy participants, and conduct a Utility meeting with affected UAO(s). The intent of this meeting will be to assist the UAOs in identifying and resolving conflicts between utilities and proposed construction before completion of the Glans. Also, to work with the UAOs to recommend potential resolution between known utility confl cts with proposed construction plans as may be deemed practical by the UAO. CONSULTANT will keep minutes of all utility meetings and distribute a copy to all attendees. REVIEW UTILITY MARKUPS & WORK SCHEDULES AND PROCESSING OF SCHEDULES & AGREEMENTS CONSULTANT will review utility marked up plans, work schedules, and other documents as they are received for content and will share received information with Project Manager/Design team. UTILITY COORDINATION/FOLLOW-UP CONSULTANT will provide utility coordination and follow up. This includes follow-up and assisting the UAOs with completion of their work schedules and agreements. Includes phone calls, face-to-face meetings, etc. Ensure the resolution of all known conflicts. UTILITY CONSTRUCTABILITY REVIEW CONSULTANT will review utility plans and work schedules for compatibility with construction plans and schedule (if provided) for al UAOs that are impacted by the project. Also includes coordination with FPL for temporary and permanent power service points. UTILITY COORDINATION CERTIFICATION/CLOSE-OUT CONSULTANT will complete utility coordination and prepare a package containing a list of contacted UA05 and their responses related to the construction of the project. The package will be scbmitted to Project Manager and Design team. PLANNING SERVICES (Easement Vacation Processing, if applicable) till DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC85559 Miami Beach 72"4 Street Community Comple August 25, 2023 Page 21 Consultant will process one (1) utility easement vacation application through the City of Miami Beach and the County, if applicable. Services include preparation of the applications, application narrative and submittal requirements including drafting of sketch and descriptions and contacting all franchise utility companies. Task 11: Off -Site Civil Engineering (R.O.W.) 30% OFF -SITE ROADWAY RESTORATION CONSTRUCTION DOCUMENTS Based on the survey data and utility investigation provided in the RFQ, initial field review of the site plan provided by the ARCHITECT, CONSULTANT will prepare a preliminary engineering plan depicting the proposed improvements that meet the requirements of the CITY and regulatory agencies. CONSUI TANT will submit the 30% Design Plans to the ARCHITECT for review by the CITY for approval prior to preparing 60% Construction Documents. CONSULTANT will perform utility records research to assist in identifying utility owners that may have facilities within project limits and may be affected by the project. CONSULTANT will collect applicable utility owner records for review and include on the plans. CONSULTANT anticipates that no stormwater improvements will be required, because the work is only to relocate the existing stormwater management system into the roadway, if required we will address as additional services. CONSULTANT will design the roadway grading to the existing grades and will not design the road per the City of Miami Beach raise the road project requirements. Harmonization between the proposed site elevations and existing and future right-of-way will be provided as part of the project civil engineering design services_ CONSULTANT will prepare an initial Engineer's Opinion of Probable construction cost estimate as it relates to site/civil items. This cost estimate will be based on best available unit prices and is non- binding. Offsite roadway is to be restored per existing conditions and no additional improvements are anticipated. If additional improvements (i.e., Lane reconfiguration, bike lanes, additional crossings, etc.) are required the fees for these services will be submitted to CITY as additional services under a contract addendum. The plans will contain the locat on of the proposed landscape / hardscape improvements and lighting / electrical improvements (designed by the ARCHITECT's other Consultants). Deliverables: 1. Three (3) sets of Construction Documents 30% Plans (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of Preliminary Water, Sanitary Sewer and Drainage Calculations as required. 4. 300% initial Engineer's Opinion of Probable construction cost estimate for site/civil items. 60% OFF -SITE ROADWAY RESTORATION CONSTRUCTION DOCUMENTS CONSULTANT will prepare 60% off -site roadway restoration plans addressing previous comments by the ARCHITECT and/or CITY, depict the plan and profile of the of the proposed drainage, and initial 21 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEC85559 Miami Beach 72", Street Community Comple August 25, 2023 Page 22 roadway restoration/grading layout that identify utility crossings and meets the requirements of the regulatory agencies. identify utility crossings and meets the requirements of the regulatory agencies. The design development plan w II include available existing utility Information collected from various sources (Government Agencies, Utility providers etc.). This preliminary utility information will be relied upon by CONSULTANT in the preliminary design phase. CONSULTANT anticipates that no stormwater improvements will be required, because the work is on y to relocate the existing stormwater management system into the roadway, if required we will address as additional services, CONSULTANT will design the roadway grading to the existing grades and will not design the road per the City of Miami Beach raise the road project requirements. The plans will contain the location of the proposed landscape / hardscape improvements and lighting / electrical improvements (designed by the ARCHITECT's other Consultants). Once the ARCHITECT and/or CITY accepts these plans, CONSULTANT will use this set to submit to the appropriate permitting agencies at one time. The 60% Roadway Restoration plans will consist of: 1. Site / Civil Cover Sheet 2. Legend and Abbreviations 3. General Construction Notes 4. Construction Specifications S. Erosion Control Details and Notes 6. On -site Demolition Plans and Notes 7. Roadway Restoration, Paving, Grading and Drainage Plans B. Roadway Sections 9. Roadway Paving, Grading and Drainage Details 10. Roadway Geometry Plans 11. Roadway Pavement Marking & Signage Plans 12. Roadway Pavement Marking & Signage Details CONSULTANT will provide a site / civil technical specification outline for review and approval by the ARCHITECT and CITY. CONSULTANT will provide an initial Summary of Permits Matrix. CONSULTANT will prepare an updated Engineer's Opinion of Probable construction cost estimate (60%) as it relates to site/civil items. This cost estimate will be based on the best available unit prices and is non -binding. Deliverables: 1. Three (3) sets of Design Development 60% Plans (24" x 36" plan sheets), togethe, with one (1) electronic copy. 2. One (1) copy of the site / civil technical specification outline. 3. One (1) copy of summary of permits matrix. 4. 60% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. 90% CONSTRUCTION DOCUMENTS (CD) OFF -SITE ROADWAY RESTORATION 22 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACECB5559 M ami Beach 72nd Street Community Comple August 25, 2023 Page 23 CONSULTANT will prepare 90% Construction Documents for off -site roadway restoration addressing previous comments by the ARCHITECT and/or CITY and permitting agency comments. CONSULTANT will provide the draft site / civil technical specification package for review and approval by the ARCHITECT and CITY. CONSULTANT will provide the 90% summary of permits and permit book for review and approval by the ARCHITECT and CITY. CONSULTANT will prepare an updated Engineer's Opinion of Probable construction cost estimate (90%) as it relates to site/civil items. This cost estimate will be based on the best available unit prices and is non -binding. Deliverables: 1. Three (3) sets of the 90% Construction Documents package (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of the draft specifications, 4. One (1) copy of the 90% summary of permits and permit book. S. 90% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. FINAL 100% CONSTRUCT ION DOCUMENTS (CD) OFF -SITE ROADWAY RESTORATION CONSULTANT will prepare 100% Construction Documents for off -site roadway restoration addressing previous comments by the ARCHITECT and/or CITY and permitting agency comments. CONSULTANT will provide the final site / civil technical specification package for review and approval by the ARCHITECT and CITY. CONSULTANT will provide the final summary of permits and permit book for review and approval by the ARCHITECT and CITY. Deliverables: 1. Three (3) sets of the 100% Construction Documents package (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of the Final specifications. 4. One (1) copy of the Final summary of permits and permit book. OFF -SITE ROADWAY RESTORATION PERMITTING CONSULTANT will prepare and submit the site/engineering permit applications for the construction of :he development and process them through the following regulatory agencies: Paving, Grading, and Drainage System • City of Miami Beach - Public Works and Engineering Departments. • Miami -Dade County DERM - Water Control Section (WC) - On -site & Off -site. • Miami -Dade County Department of Transportation & Public Works (On -site). • Florida Department of Transportation (FDOT) - SR AlA Pavement Markings and Signage 23 DocuSign Envelope ID4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID. 666A58C7-9142-484F-904F-4B2ACEC55559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 24 • City of Miami Beach — Public Works and Engineering Departments • Miami -Dade County Department of Transportation & Public Works (On -site). • Florida Department of Transportation (FDOT) — SR AlA 30'% OFF -SITE WATER AND SANITARY SEWER CONSTRUCTION DOCUMENTS Baed on the survey data and utility investigation provided in the RFQ, initial field review of the site plan provided by the ARCHITECT, CONSULTANT will prepare a preliminary engineering plan depicting the proposed improvements that meet the requirements of the CITY and regulatory agencies. CONSULTANT will submit the 301% Design Plans to the ARCHITECT for review by the CITY for approval prior to preparing 60% Construction Documents. CONSULTANT will perform utility records research to assist in identifying utility owners that may have facilities within project limits and may be affected by the project. CONSULTANT will collect applicable utility owner records for review and include on the plans. CONSULTANT anticipates that hydraulic calculations or pipe upsizing will not be required, because the anticipated work is only to relocate the existing water & sewer system into the roadway, if required, we will address as additional services. CONSULTANT will prepare an initial Engineer's Opinion of Probable construction cost estimate as it relates to site/civil items This cost estimate will be based on best available unit prices and is non- binding. De'iverables: 1. Three (3) sets of Construction Documents 30% Plans (24" x 36" plan sheets), together with one (1) electronic copy 2. One (1) copy of meeting minutes. 3. One (1) copy of Preliminary Water, Sanitary Sewer and Drainage Calculations as required. 4. 30% initial Engineer's Opinion of Probable construction cost estimate for site/civil items. 60% OFF -SITE WATER AND SANITARY SEWER CONSTRUCTION DOCUMENTS CONSULTANT will prepare 60% off -site water and sanitary sewer plans addressing previous comments by the ARCHITECT and/or CITY, depict the plan and profile of the of the proposed water and sewer layout that identify utility crossings and meets the requirements of the regulatory agencies. The design development plan will include available existing utility information collected from various sources (Government Agencies, Utility providers etc.). This preliminary utility information will be relied upon by CONSULTANT in the preliminary design phase. CONSULTANT anticipates that hydraulic calculations or pipe upsizing will not be required, because the anticipated work is only to relocate the existing water & sewer system into the roadway, if required we will address as additional services. Once the ARCHITECT and/or CITY accepts these plans, CONSULTANT will use this set to submit to the appropriate permitting agencies at one time. The 60% off site water and sanitary sewer plans will consist of: 1. Site / Civil Cover Sheet 2. Legend and Abbreviations 24 DocuSign Envelope ID 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 77d Street Community Comple August 25, 2023 Page 25 3. General Construction Notes 4. Construction Specifications 5. Erosion Control Details and Notes 6. On -site Demolition Plans and Notes 7. Off -site Water Plans 8. Off -site Water Profiles 9. Off -site Sewer Plans 10. Off -site Sewer Profiles 11. Water and Sewer Detail Sheets CONSULTANT will provide a site / civil technical specification outline for review and approval by the ARCHITECT and/or CITY. CONSULTANT will provide an initial Summary of Permits Matrix. CONSULTANT will prepare an updated Engineer's Opinion of Probable construction cost estimate (60%) as it relates to site/civil items. This cost estimate will be based on the best available unit prices and is non -binding. Celiverables: 1. Three (3) sets of Design Development 60% Plans (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of the si.e / civil technical specification outline. 3. One (1) copy of summary of permits matrix. 4. 60% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. 90% CONSTRUCTION DOCUMENTS (CD) OFF -SITE WATER AND SANITARY SEWER CONSULTANT will prepare 90% Construction Documents addressing previous comments by the ARCHITECT and/or CITY and permitting agency comments. CONSULTANT will provide the draft site / civil technical specif cation package for review and approval by the ARCHITECT and CITY. CONSULTANT will provide the 90% summary of permits and permit book for review and approval by the ARCHITECT and CITY. CONSULTANT will prepare an updated Engineer's Opinion of Probable construction cost estimate (90%) as it relates to site/civil items. This cost estimate will be based on best available unit prices and is non -binding. Deliverables: 1. Three (3) sets of the 90% Construction Documents oackage (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of the draft specifications. 4. One (1) copy of the 90% summary of permits and permit book. 5. 90% updated Engineer's Opinion of Probable construction cost estimate for site/civil items. 25 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC35559 Miami Beach 72" Street Community Comple August 25, 2023 Page 26 FINAL 100% CONSTRUCTION DOCUMENTS (CDJ OFF -SITE WATER AND SANITARY SEWER CONSULTANT will prepare 100°/c Construction Documents addressing previous comments by the ARCHITECT and/or CITY and permitting agency comments. CONSULTANT will provide the final site / civil technical specification package for review and approval by the ARCHITECT and CITY CONSULTANT will provide the final summary of permits and permit book for review and approval by the ARCHITECT and CITY. Deliverables: 1. Three (3) sets of the 100% Construction Documents package (24" x 36" plan sheets), together with one (1) electronic copy. 2. One (1) copy of meeting minutes. 3. One (1) copy of the Final specifications. 4. One (1) copy of the Final summary of permits and permit book. OFF -SITE WATER AND SANITARY PERMITTING CONSULTANT will prepare and submit the site/engineering permit applications for the construction of the development and process them through the following regulatory agencies: Water and Sewer System: • City of Miami Beach — Water and Sanitary Sewer. • Miami -Dade Water and Sewer (MDWASD) — Water and Sanitary Sewer. • Miami -Dade County RER Water Section — Water. • Miami -Dade County RER Wastewater Section — Sanitary Sewer • Miami Dade County Fire Department — Water. • Miami -Dade County Health Department — Water. • Town of Surfside —Sanitary Sewer • Bay Harbor Islands — Sanitary Sewer CONSTRUCTION OBSERVATION FOR ENGINEERING CERTIFICATION (OFF -SITE) CONSULTANT will provide construction engineering services in order to verify the integrity of the design intent and certify to the ARCHITECT/CITY and other jurisdictional agencies that the construction of the on -site work has been completed in substantial compliance with the approved documents and permits. Any revisions or deviations to origino I construction documents, including but not limited to, substitutions and/or unforeseen conditions may impact schedule and will require additional fees. Services included are described as follows and are anticipated to take place in the time frame indicated in the "SCHEDULE" for CONSTRUCTION ADMINISTRATION SERVICES below. SHOP DRAWING REVIEWS CONSULTANT will review shop drawings, samples, and calculations, which the selected contractor is required to submit for review. This review will only be for conformance with the design concept of the project and compliance with the information provided on the design drawings and specifications. Such review will not extend to methods, means, techniques, construction sequence(s) or procedures, or to safety precautions and related programs. CONSULTANT will also determine the acceptability, subject to ARCHITECT/CITY approval, of substitute materials and equipment proposed by contractors. 26 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-482ACEC35559 Miami Beach 72Id Street Community Comple August 25, 2023 Pa.ae 27 PERIODIC SITE VISITS AND CONSTRUCTION OBSERVATION CCNSULTANT will visit the Project at intervals appropriate to the various stages of construction, as CCNSULTANT deems necessary to observe as an experienced and qualified design professional to review the progress and quality of the various aspects of the contractor's work. CONSULTANT will coordinate and attend one (1) Pre -construction Meetings. Re -tests and failed inspections will be invoiced based on this same Fee schedule. ISSUE CLARIFICATIONS CONSULTANT will issue instructions and revisions to Contractor's); issue necessary interpretations and clarifications of the contract documents; have authority, as the CITY's representative to require special inspection or, testing of the work; act as initial interpreter of the requirements of the contract documents and judge of the acceptability of the work there under, and make decisions on claims of the contractor(s) relating to the acceptability of the work or the interpretation of the requirements of the contract documents pertaining to the execution and progress of the work. AS-BUILTS REVIEW CONSULTANT will review the record drawings (as-builts) to verify substantial conformance to the approved plans. CONSULTANT will only review and reject any particular as -built plans set a maximum of two (2) times; any additional review will be considered additional services. The contractor will be expected to have the as-builts revised in accordance with all comments. FINAL INSPECTIONS CONSULTANT will participate, in a semi-final inspection for the purpose of determining if the project is substantially complete and participate in the preparation of a written "Punch List" of incomplete, defective or deficient items. Upon notice from the ARCHITECT/CITY, participate in a final inspection together with contractor representatives to assure that "Punch List" items are complete, and the work is indeed completed in accordance with the contract documents. Upon completion of the final inspection, certify, in writing, that the work in -place is acceptable, subject to conditions therein expressed. This service is anticipated to be two (2) inspections. FINAL CERTIFICATION CONSULTANT will prepare final certification to appropriate permitting agencies utilizing record drawings for the design from the survey information supplied by the contractor, or by other means agreed to by both ARCHITECT and CITY. Note; It is the Contractor's responsibility to coordinate through the CONSULTANT the scheduling of testing. CONSULTANT will represent the ARCHITECT/CITY in performing periodic observation of construction as necessary to confirm construction is in accordance with the approved plans. The Construction Engineering and Certification for the work is for an anticipated to extend a period of 2 months beyond the substantial construction completion date for certifications. This additional time is included in the duration shown in the SCHEDULE section below. We anticipate the following items requiring as -built certification: • Water System • Sanitary Sewer System • Paving Grading and Drainage System 27 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID. 666A56C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 28 Note: Construction -related surveying (stakeout, as —built plans, etc.) and testing (densities, concrete, LBR'S, etc.) services are not included in this Agreement. CONSTRUCTION OBSERVATION MEETINGS (OFF -SITE) Services included are described as follows and are anticipated to take place in the time frame indicated in the "SCHEDULE" for CONSTRUCTION ADMINISTRATION MEETINGS. MEETINGS AND CONFERENCE CALLS CONSULTANT will attend and or participate in project bi-weekly meetings or conference calls as requested by the ARCHITECT and CITY. during the stipulated 18-months period for both off -site and on -site construction. Task 12: Traffic Engineering Traffic Engineering Services such as Traffic Data Collection, Traffic Impact Statement, Traffic Impact Study and/or Parking Study TRAFFIC METHODOLOGY Prepare TIS Methodology for approval by the CITY, County and FDOT, Agree upon the area of inf uence and the roadway segments and intersections to be analyzed. • Confirm land uses, intensities, and build -out year with Client. • Prepare trip generation, including internalization, pass -by, and multimodal reduction percentages. • Review historical link volumes to determine the historical growth rate and propose a growth rate to estimate the existing year 2023 and build -out year volumes. • Review cardinal distribution from the current adopted Miami Dade TPO Long Range Transportation Plan and propose trip distribution. • Prepare a draft traffic analysis methodology for submittal. • Meet with City, County, and/or its consultant to discuss review comments, if needed. • Prepare final traffic analysis methodology. TRAFFIC IMPACT STUDY Based on the requested scope, CONSULTANT will provide a Traffic Impact Study based on the recuirements set forth by the CITY, Florida Department of Transportation and Miami -Dade County. Preliminary estimate shows that a Level 2 Traffic Impact Analysis will be required for the proposed development. • Collect roadway link counts along 72nd Street and 73rd Street between the north -and southbound of SR-AlA • Collect turning movement counts at the following six (6) intersections Northbound SR-AlA and 72nd Street Northbound SR-AlA and 73rd Street Southbound SR-A1A and 72nd Street Southbound SR-AlA and 73rd Street Project Driveway and 72nd Street Project Driveway and 73rd Street • Review counts for reasonableness and balance, if needed 28 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign, Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72r" Street Community Comple August 25, 2023 Page 29 • Update trip generation, including internalization, pass -by, and multimodal reductions based on comments from City and/or County. • Perform trip distribution and traffic assignment. • Review the approved developments and their trip generation and distributions to determine the "background" traffic conditions. • Perform link -level and intersection operational analyses per Miami -Dade County requirements (existing, future without, and future with development) • Review and recommend signal tinning modifications at the four (4) signalized intersections to accommodate pedestrians. Coordinate with Miami -Dade County Traffic engineering on feasibility of signal tirri modifications. • Prepare a draft traffic study report for review. • Meet with City, County, and/or its consultant to discuss review comments, if needed. • Revise and finalize the traffic study report based on comments from the City, County and/or Client. • The following tasks are anticipated (to be completed a month from the signed scope and budget amendment): o Conduct turning movement count and assign project traffic to the intersection. o Perform operational analysis to evaluate project's impact. o Recommend improvements, if needed * Include results and supporting documentation in the report. ADDITIONAL INTERSECTION ANALYSIS — ALLOWANCE (CONCURRENT WITH TRAFFIC IMPACT STUDY) If required by the CITY and/or County, additional intersections analysis will be performed. The following tasks are anticipated: • Conduct turning movement count. • Assign project traffic to the intersection. • Perform operational analysis to evaluate project's impact. • Recommend improvements, if needed Include results and supporting documentation in the report SIGNAL WARRANT ANALYSIS Signal warrant analysis at 72nd Street/project driveway • Perform additional traffic data collection required for signal warrant analysis, at :he Project Driveway/72nd Street intersection. The data collection includes: 24-hour volumes for all intersection approaches, pedestrian volumes, and crash data for the • last 5 years. • Perform signal warrant analysis at the Project Driveway/72nd Street intersection, per MUTCD guidelines. • Prepare memorandum documents finding/recommendation of analysis. • Prepare a final memorandum addressing comments from the City, County, and/or Client VALET PARKING QUEUING ANALYSIS - ALLOWANCE No valet parking and related queuing analysis fee has been included in the fee estimate. If required, allowance has been provided. SCHEDULE 29 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 30 Traffic Methodology 2 Weeks (Work starts 1 week after NTP) Traffic Impact Study 2 Months Signal Warrant Analysis 2 Months (Will run concurrent with Traffic Impact Study) Additional Intersection Analysis 1 Months after request (Fee to be reviewed & adjusted as required after County and FDOT review) Task 13: Survey • Update survey of subject site to reflect current conditions. All property corners and property improvements will be verified. • New survey will be to ALTA/NSPS standards which includes reviewing a title commitment (provided by CITY's Land Use Attorney), and addressing the B-II Exceptions (Easements and Encumbrances) on the face of the survey. • Additionally, includes extending the survey on all of the streets, one block in all directions. • All pavement markings, signage and light poles, traffic loops, pull boxes, and traffic controllers will be located and elevations will be taken at 50-foot cross -sections. • On -Site Trees locations including species (if Known), caliper, canopy, height, and ground elevation. • Update Survey a second time, with two years of comp etion of survey outlined above. • Due to the Proposed Site Use changes, development of a building and that the current parcel is multiple properties a reolat will be required. Scope of work includes: o Preparation and processing of a Tentative Plat (T-Plat) for the subject site proposing one new Tract "A". Includes field work and office work in creating the T-Plat as well as attending meetings regarding the T-Plat. o Preparations and processing of a Final Plat for the subject site. Includes drafting the Plat, setting the PRM'S and PCP'S, processing and ultimately recording the Plat. Currently Easement are not identified. If Easements are found and require vacation an allowance has been provided. Task 14: Landscape Architecture Design Services BASIC LANDSCAPE SERVICES CONSULTANT will create all conceptual design work related to the landscape scope, with plant selection during concept. CONSULTANT will be responsible for planting and irrigation construction drawings, review and stamping of all landscape construction drawings, as well as any permitting tasks. During Construction, CONSULTANT's services will comprise review and coordination to clarify Consultant's design drawings. Basic landscape Design services include the following: • Modeling of landscape areas to fit into the architect's -nodel • Location, configuration and finish of pedestrian pavements and landscape walls • Selection and location of site furniture including planters, benches, bike racks, trash/recycling receptacles, and signage • Design and location of custom landscape furnishing or elements • Coordination with the local landscape architect regarding the planting locations and overall aesthetic • Site lighting aesthetic recommendations for form, along with location coordination with the ARCHITECT's lighting designer • Conceptual grading for Civil's use and review of the civil grading plans for conformance with the landscape design Intent 30 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACEC85559 Miami Beach 72ntl Street Community Comple ALgust 25, 2023 Page 31 • Provision of project information to the ARCHITECTS's cost estimator to assist him In preparing estimates of probable construction cost • Review of civil, structural, electrical and lighting engineers' work for conformance with the landscape design • Design and provision of quantity calculations to assist the ARCHITECT in providing documentation of LEED site points • Preparation of landscape materials for DRB presentations by the ARCHITECT • Support for working with the CITY's Urban Forestry Dept, Greenspace and Parks as well as permitting agencies SCHEMATIC DESIGN (30% SD) CONSULTANT will work with the ARCHITECT to create a schematic design that builds on and refines the high-level conceptual plan created during the RFQ process. Consultant will review circulation patterns and support the ARCHITECT in confirming the location of key landscape elements to support best practices and positive visitor experience. Consideration will be made for best practices related to materials selection for durability and maintenance practices. DESIGN DEVELOPMENT (60% DD) Design Development documentation will define the character and essentials of the landscape work, including selection of materials, plants and furnishings. Establish the plant palette and make sure materials meet local standards. The DD drawings will be dawn to scale in CAD format. Technical specifications are not included for this phase, but a schedule detailing materials decisions will be incorporated with the DD drawing set. CONSTRUCTION DOCUMENTS (90% & 100% CD) Based on the approved DD set, we will prepare a set of construction documents (drawings and technical specifications) for City's use. Consultant will coordinate landscape work with the ARCHITECT's consultant team —including architectural, structural, civil, marine, electrical, lighting design, and others —to create a set of construction drawings and technical specifications. Landscape construction documents will include detailing and documentation of plant materials, hardscape, and other landscape elements. Revised and updated submittals will be created at the 30%, 60%, 90% and 100% Submittal phases. This proposal assumes that we will receive a consolidated list of comments/direction following each submission, and that each phase will build upon the design decisions/direction of the previous phase. Significant changes in design direction following previous review and approval of the ARCHITECT, can be made with the approval of additional services. BID, CONSTRUCTION AND FINAL CLOSE-OUT PHASES During Bid, Construction and Final Closeout, Consultant's services comprise responding to RFI's and reviewing submittals and shop crawings related to Consultant's scope Landscape architecture scope assumes a maximum of one (1) one -hour ARCHITECT/design team meeting per week during the design phases. Task 15: Landscape Architect of Record and Resilience CONSULTANT will provide Resiliency design and supporting landscape architectural services for the envisioned site improvements. The goal of this work is to provide consultation, evaluation, and peer review services to ensure that the infrastructure and resultant design can withstand and recover from disruptive events, such as natural disasters, climate change impacts, or other external hazards and to provide Landscape Architecture of Record Services. 31 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope 10 666A58C7-9142-484F-904F-462ACECB5559 Miami Beach 72"`' Street Community Comple August 25, 2023 Page 32 The resiliency design will indude measures to satisty City -adopted resiliency goals. It is our understanding that civil engineering services are being provided by others. As such, this proposal excludes the preparation of any and all civil engineering design plans and calculations. Resiliency design in Miami Beach intersects with what would be landscape architectural scope; therefore, that intersection and the services that will be provided are being detailed herein. Based on the site assessment, a risk assessment will be conducted to identify potential threats and their likelihood and impact. This will include natural hazards, specific to sea -level rise adaptation strategies, hurricanes and storm surge, increased salinization of groundwater's impact on vegetation choices, and carbon sequestration targets for the project via existing and proposed tree canopy loss. 1: (Specific to sea -level rise adaptation strategies) CONSULTANT will meet with CITY CIP and PW staff to determine city -planned improvements for street -raising and city -planned infrastructure improvements to determine potential impacts to the site development and make recommendations for street -edge development adaptation strategies for the design team. 2: (Hurricanes and storm surge) CONSULTANT will develop passive stormwater management strategies, as it intersects with landscape planting, for the development of infrastructure -free, low impact development drainage solutions and specifications, and strategies for selecting and securing appropriate canopy vegetation with greatest resiliency to high wind events. 3: (Increased salinization of groundwater's impact on vegetation choices) CONSULTANT will develop a list of recommended vegetation species to use that are best suited to withstand salt - spray and potential increased salinization in the groundwater. 4: (Sustainability Metrics) Carbon sequestration targets for the project via existing and proposed tree canopy loss will be calculated and coordinated with CITY Staff. S: (Preparing Application for Tree Permit Application) Preparing Tree canopy mitigation will be a challenge, as several of the existing trees that will be demolished to improve the site are considered 'specimen trees' and will require a substartial increase in mitigation requirements, all of which will not be able to be accommodated onsite. As such, off -site mitigation planting will be coordinated with the CITY's Urban Forestry Department, Greenspace, and Parks to identify off -site locations where mitigation planting can be provided. Where the CITY cannot locate or identify receptor locations, CGA will work with the CITY to coordinate required contributions to the CITY's Tree Fund. 6: (Arborist Report) CONSULTANT will prepare the CITY's required arborist report for all the trees and palms within the project. The arborist report will identify tree/palm species, evaluate existing conditions, calculate carbon sequestration contributions for each tree, and make a recommendation for possible relocation or removal of the tree/palm in question. 7: (LEED) CGA will provide assistance in the coordination needed, specific to landscape architectural and resiliency design, to achieve LEED Gold certification. 8, (Landscape Architect of Record) CONSULTANT will coordinate and collaborate with the Project Design Team's principal design landscape architect W Architecture and Landscape Architecture LLC as follows: 32 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F•944F-482ACEC85559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 33 a. Estimated 32 hours of coordination each for Conceptual Design, Schematic Design, and Design Development phases, for a total of 96 hours. All coordination is assumed to occur online via Teams or Zoom with an occasional design coordination meeting that may occur in -person within the vicinity of South Florida. No travel outside of South Florida is included in this proposal. b. For landscape architecture and planting -related plans preparation, CONSULTANT will be responsible for the preparation of Signed and Sealed plans for interim submissions at 30, 60, 90 and 100% completion levels. Plans are limited to tree/palm dispos tion plans, tree/palm planting plans, tree/palm planting details, irrigation design, irrigation details (note that irrigation design will require a meter, backflow preventor, etc, to be coordinated by the Design Team's Project Manager and the civil engineering consultant), and specifications. 9: (Design Review Board) CONSULTANT will coordinate and collaborate with the Project Design Team's principal design landscape architect W Architecture and Landscape Architecture LLC on the preparation of landscape architectural components of the submission package to the Design Review Board. It is assumed that this project will require attendance to 3 DRB meetings in order to secure an approval. Task 10: (Permitting) CONSULTANT will coordinate with CITY departments and permitting agencies on landscape architecture components of the project. Permitting agencies are limited to: a. Tree Work Permit — to be processed through the CITY's Urban Forestry Department b. Building Department Permit — to be processed through the CITY's Building Department c. Right -of -Way Permit — to be processed through the CITY's Public Works Department 11: Meeting Attendance a. Preparation for and attendance to the kick-off meeting b. Attendance and participation during design meetings, anticipated to be bi-weekly, for 1-hour each, for the duration of the project which is planned for 62 weeks until issuance of the bid documents, for a total of 31 meetings. 12: (Construction Site Observation, Shop Drawings, and Request for Information) CONSULTANT will perform construction site observation services for landscape architectural work. CONSULTANT will prepare punch lists and site verification visits until final acceptance. CONSULTANT will provide responses to contractor -generated Shop Drawings and Request for Information specific to plant specie availability and potential substitution. ADDITIONAL FEES The following services are NOT included in this proposal and will be considered Additional Services, which will be addressed in a separate contractual agreement. The services include but are not limited to: • Calculations of off -site flood stages. • Construction quality control inspections. 33 DocuSign Envelope ID 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID• 666A58C7.9142484F-904F-462ACEC65559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 34 • Off -site engineering and negotiations for off -site easements, if required (other than as specified in the Scope of Services). • Permit application or negotiation with permitting authorities other than those specifically listed herein. • Preparation of construction contract documents, other than drawings anc technical specifications (e.g., bid schedule, project manual); • Professional services required due to conditions different from those itemized under the Scope of Services or due to events beyond the CONSULTANT's control. • Professional services required, due to changes in the site plan initiated by the ARCHITECT/CITY, their representatives or other consultants (e.g„ architects, landscape architects, etc,) after either design or preparation of the construction drawings has commenced. • Re -review of rejected shop drawings. • Review and approval of Contractor pay requests. • Review of shop drawings for contractor or ARCHITECT/CITY selected alternatives, materials, products, etc. • Special shop drawing annotation and modification to expedite shop drawing approval process. • Updated boundary survey, site evaluation or closing assistance work, unless specified above. Task 16: Lighting Design Consultant's scope will include the architectural lighting and exterior site lighting design fcr following areas: 500-space parking structure; aquatics on roof; Miami -Dade County Library; Commercial/ Retail shell; Fitness center; Community center; Active green space; and BOH utility spaces. An over -arching lighting strategv will establish the hierarchy of places and series of 'character zones', through location specific lighting elements. To encourage nighttime use of the spaces, we suggest to emphasize comfort and accessibility at night and providing an agreeable passage experience between the various exterior spaces using re -occurring elements along the pathways. Environmental protection, including turtle friendly lighting between May and October, will play an important role in supporting the defined character of the Community Complex's exterior lighting. The lighting technology will be designed to a high standard of impact protection, suitable for their locations and ease of maintenarce. LIGHTING SCOPE Consultant's proposed scope of work covers the following lighting systems for the project: • Exterior landscape & site lighting • Emergency / egress lighting (for review by the project electrical engineer) • Architectural interior lighting • Input on nighttime building Image • Lighting control strategy guidance • Daylight analysis • Fa4ade lighting We will recommend a control system type and provide a lighting control schedule indicating control type and functionality required. We expect the project electrical engineer to incorporate this information into the final design. All sizing and placement of panels, circuiting, and specification of lighting control equipment shall be by the electrical engineer. 34 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72"' Street Community Comple August 25, 2023 Page 35 All Sports Field Lighting will be designed and provided by Musco. ARCHITECTURAL, FACADE AND SITE LIGHTING We will work to develop visual concepts that complement the specific site, while supporting the project goals. To communicate design concepts, we will utilize the following tools, as determined by project needs: • Lighting concept shaded plans and sketches • Illustrative lighting diagrams based on illustrations provided to us • Visual references and precedents to convey design concepts • informal mock-ups • Sketches, drawings, and specifications We will provide design information on illumination levels to meet program requirements and/or incustry standard practice. We will provide relevant lighting information for others to use for energy code analysis, such as lighting power densities. Interior architectural lighting design scope includes all public spaces in the building and back -of -house spaces such as MEP rooms, garage building and janitor's closets. DAYLIGHT ANALYSIS As part of the design process, we will work with the architect to identify the impact of the proposed ferestration systems and solar mitigation on the daylit environment within the building. We will work with the architect to review the design and propose adjustments to the building massing and / or fenestration to optimize the design for daylight access and visual comfort. The following services are included in the daylighting scope: • Solar animations indicating solar exposure and shadowing on the (exterior/interior) of the building • Annual illuminance calculations on the (interior/exterior) of the building indicating the hourly • illuminance at specific points. • Daylight Autonomy (DA) — the percentage of time during a typical year that a target daylight • illuminance is exceeded for LEED only • Specification review and comment on daylighting-related elements, such as glazing and roller • shades • Recommendations of daylight mitigation and shading techniques, including fenestration and • shading systems • Consultation on programming and space layout related to daylight access • Lighting control system consultation related to daylighting design, including zoning of luminaires based on daylight availability. Consultant's proposed scope includes daylighting consultation for the spaces within the building as per RFQ and the Design Criteria Package (DCP). LIGHTING CONTROL SYSTEM DESIGN We will provide the design team with guidance on the lighting control strategy to meet the sustainability and functional design goals for the project. 35 DocuSign Envelope ID. 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DoruSrgn Fnvelope ID- 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 36 We will recommend a control system type and provide a lighting control schedule indicating control type and functionality required. We expect the project electrical engineer to incorporate this information into the final design. All sizing and placement of panels, circuiting, and specification of lighting control equipment shall be by the electrical engineer. EMERGENCY LIGHTING DESIGN Err ergency lighting for architecturally sensitive areas often requires emergency lighting to be a highly integrated part of the lighting and architectural design. We w II provide full design services of the emergency lighting system, including emergency lighting calculations for review and approval by the project electrical engineer at the end of the CD phase. We expect that exit sign specification and placement will be done by the architect, and incorporated into the lighting plans by the project electrical engineer. KEY DELIVERABLES Kev tasks and deliverables for each stage are as follows. Concept & Schematic Design (30% SD) • Identify applicable code and standards • Meet with the ARCHITECT, CITY, and other stakeholders to understand project goals and aspirations and • to explore the neighborhood character context • Existing lighting conditions analysis on site, including review of site context and space use at night, • physical urban characteristics, and technical lighting measurements (foot candle spot measurements). Photo survey to document street, park, pedestrian and existing architectural for future refence. Perform a site visit with ARCHITECT/CITY, if necessary for understanding existing conditions and opportunities • Establish lighting design criteria for each space • Work with the architect and owner to establish a program of visual concepts for the architectural lighting design • Establish lighting design sketches for site lighting and interior lighting design • Propose a lighting contro strategy • Provide an initial power requirement summary for engineering disciplines • Establish daylighting design criteria for each space. • Lighting illustrative diagrams and shaded plan of the Community Complex elements and layers of light such as, o Functional lighting o Aesthetical lighting o Feature lighting • Provide input to presentations and Produce a Basis of Design report including: o A concept statement for each area o Applicable codes and standards o Shaded site plan to indicate lighting zones/atmospheres o Conceptual/precedent images for lighting and installation types o Preliminary luminaire schedule o Recommendations related to lighting sustainability and light pollution reduction o Recommendations on light source type and color temperature o Lighting control recommendations 36 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC85559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 37 Dcsign Development (60% DD) • Incorporate comments from the review by the ARCHITECT/CITY • Provide proposals for any special studies, such as scale models or mock-ups • Develop preliminary architectural lighting scheme using site plans, floor plans, reflected ceiling • plans and elevations furnished to us by the architect • Prepare outline fixture specifications and preliminary specification sheets, which include fixture • cut -sheets • Provide information on anticipated lighting power loads to the Electrical Engineer • Provide the design team with guidance on the options available to the project on various lighting • control strategies. These strategies will comply with the project's programming and space use • design goals. • Prepare a lighting control narrative and lighting control schedule. • Discuss the design with the Project's Electrical Enginee, of Record (EEoR) for their incorporation • of the requirements in the electrical system engineering • Provide final Design Development report, including all design elements • Connect cost consultant with manufacturers/reps for quotes and pricing • Meetings are assumed to be weekly or bi-weekly with regular communication. • Daylight Simulation: Spatial Daylight Autonomy for LEED • Provide supporting specification information for glazing and shading systems for inclusion in the Construction documents Construction Documents (90% & 100% CD) • Review and annotate architect's drawings to show modifications to layouts and provide additional type and control designation. The architects and engineers shall use these drawings in the preparation of the contract documents. • Coordinate lighting mock-ups with ARCHITECT and lighting manufacturers • Provide sketches, where required, to clarify the design and develop lighting details with the AOR and landscape architect • Provide lighting fixture schedules • Coordinate issues related to lighting with structural and MEP trades • Issue written Luminaires specification in CSI format, at 30%, 60%, 90% and 100% including • Luminaire Data sheets for each fixture type • Designation of control zoning information in lighting layouts for use in engineering the lighting • control system. • Provide an updated lighting control schedule and narrative • Coordinate foundation details with the project's civil and structural engineer for site lighting • Provide recornmendations for daylight mitigation approach, such as roller shades or blinds • Work with the EEoR to incorporate the lighting control system design with the facilities electrical • infrastructure. We expect the electrical engineer to produce branch circuiting, and panel schedules • Issue lighting layouts, elevations, lighting plans on ARCHITECT's provided background drawings and • sheets, including details for fixtures, poles, and their assembly at 30% , 60%, 90% and 100% 37 DocuSign Envelope ID4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID' 666A58C7-9142-484F•904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 38 • Review and annotate ARCHITECT's and engineer's drawings to show modifications to layouts and provide • additional type and cont^ol designation. Fhe architects and engineers (EEoR) shall use these • drawings in the preparation of their contract documents. • One round of value engineering (VE) to meet the project budget Bidding & Negotiation (BN) • Assist the architect, where required, with the selection of appropriate bidders • Provide one set of responses to RFIs from bidders for portions of the work related to lighting • Provide one review of bids for conformance with design intent and make recommendations Construction Administration (CA) • Attend construction progress meetings by phone or web conference • Respond to requests for information (RFIs) • Review of shop drawings and construction updates • Five (5) site visits during construction / luminaire installation to review progress, Subject to the field -day limit of one (1) day / evening. • One (1) site visit to prepare punch lists, subject to the field -day limit of one (1) day / evening • Call with contractor and commissioning agents to coordinate system commissioning and Owner Training. • Following formal notification of systems commissioning completion frorn the contractor, provide a site review observing system operations, subject to the field -day limit of two (2) nights and two (2) person; including: o Provide direction for onsite programming of light level scenes o Provide direction for luminaire focusing o Attend Owner Trainings • Review Luminalre Owner Manuals and Warranties Task 17: Interior Design and Furniture Selection Interior design applies creative and technical solutions within a structure to achieve a built interior environment. Designs are coordinated with the building shell and acknowledge the physical location and social context of the project finishes. The Interior Designer will: • Formulate preliminary space plans, design concept studies and sketches that integrate the client's program needs. • Attend up to two (2) in -person meetings with the CITY • Survey existing furniture and equipment if needed • Prepare furniture plans and drawings to assist with placement and installation. • Research and selection of required furniture with standard manufacturer finishes. • Coordination and assistance with a single furniture vendor. • Research interior materials applicable to the Project. • Provide interior finish selections (color/material) and specifications • Design and documentation of custom casework/millwork to include elevations, sections, detailing and selection of decorative hardware. • Select specialty lighting fixtures • Coordination with Electrical Engineer and AV/IT Vendor for power/data location requirements 38 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2AC[C85559 Miami Beach 72n° Street Community Comple August 25, 2023 Page 39 • Formulate reflected ceiling plan to illustrate specialty ceiling materials, finishes and lighting selections. • Select and document interior signage. • Present preliminary design vision inclusive of material selections and color palettes. • Present final design vision inclusive of Owner selected material selections and color palettes. • Construction Documentation: Prepare finish plans, interior elevations, detai'ing, finish schedules and legends to illustrate specialty materials and finishes. • Provide specifications and select all room finishes, including flooring, paint, wallcovering, wall base, millwork, furniture, and window blinds. • Observe and report on the construction of the project, while in progress and upon completion, as it pertains to the inter or scope listed within this task. Not Included but can be added for an additional fee if requested by Client: • Detailed specifications for furniture selections • Incorporation of Owner's graphics into built interior environment. • Selection of Fixtures or Equipment. • Survey of and/or Incorporation of Owner's Fixtures or Equipment • Custom selected furniture finishes. • Coordination and assistance with multiple furniture vendors. • Materials Presentation Boards • Supervision during furniture installation Task 18: Audio/Visual & Voice/Data/Security Consultant's scope of services will include the coordination of audio/visual & voice/data infrastructure for the project. CONSULTANT WILL: • Identify quantity, location, and cable type in providing the infrastructure system to allow the telcom/data systems to be installed by the CITY's vendors and the CITY's IT personnel. • Layout of the telecommunications rooms, in close coordination with the CITY's vendors and the CITY's IT department. • Security Services: provision of all required interior and exterior infrastructure into the documents and in coordination with the CITY's security system vendor. We will: o Identify quantity, location, and cable type in providing the infrastructure to allow the CCTV surveillance system to be installed by the CITY's vendors. Identification of quantity, location, cable type, hardware, etc. for the access control system. 0 Identification of quantity, location, cable type, hardware, etL. for the BDA system for the fire department's radio system. o Identification of quantity, location, cable type, hardware, etc. for the fire alarm system. Identification of quantity, location, cable type, hardware, etc. for the area of refuge two-way communication system. Task 19: Fire Protection System Design Provision of fire sprinkler system design and hydraulic calculations compliant with FBC and FFPC for the proposed new facility Task 20: lightning Protection Consultant's scope of services will include a Lightning protection design specification for the project as requested by the CITY. 39 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 40 Task 21: Emergency Generator Consultant's scope of services will include a back-up generator design for the entire ouilding as required by the CITY. We anticipate a gas fueled generator with an on -site gas tank back up. Task 22: Reasonable Assurance Report (RAR) Drilling of one (1) 3" test boring and (1) 24" test drainage wells (Injection wells) providing formation samples, water quality samples, including water quality analysis (TDS), preparation of a water quality profile and lithologic profile, borehole abandonment, and preparation of the FDEP required "reasonable assurance report" Task 23: Photorealistic Renderings CONSULTANT will provide photorealistic renderings of up to (7) interior and (8) exterior spaces. Task 24: Video CONSULTANT will provide a single video Fly -through for interior and exterior environments of the project. Task 25: Sustainability Consulting and Commissioning SCOPE OF WORK Implement a series of sustainability and energy performance goals, metrics, and strategies as part of the design and construction: • Pursue a LEED Gold and Parksmart Gold certification. • Offer a high performance building. • Cther resiliency and adaptation measures. This project is being assumed as to pursue a single certification under the programmatic dependency exception of the LEED Minimum Program Requirements. This proposal is based on a singe (1) LEED certification assumption. The CONSULTANT proposes to represent the ownership and design team as the Sustainability CONSULTANT and LEED Program Manager on behalf of the USGBC/GBCI while pursuing a LEED Certification for New Construct on under Version 4.0 or 4.1. CONSULTANT will provide the Energy Modeling services and serve as the Building Commissioning Agent, providing Fundamental Building Commissioning as required under the LEED Version 4.0/4.1 rating system, in addition to the Enhanced Commissioning scope. As part of Consultant's scope, Consultant assumes management of the entire certification process from design to final construction submittal for LEED Gold and Parksmart Gold certification. • Provide advice to ownership and A/E on cost-efficient sustainability and increased performance design strategies, included but not limited to: passive design, heat -gain management, heat island effect, energy conservation measures, etc. • Coordinate LEED efforts with all team members, complete most LEED templates, except those required to be completed by the Engineer of Record. • We will provide comprehensive LEED PM and Commissioning Design Reviews, • LEED and commissioning site visits, inspections, and testing as described in this scope. • Reviews of construction submittals. 40 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID. 666A58C7-9142-484F-904F-4B2ACEC85559 Miami Beach 72i1 Street Community Comple August 25, 2423 Page 41 • Work with the construction team to guide them on providing construction -related documentation and implementation of strategies, all leading towards the successful achievement of the LEED Gold certification. Additionally, under this cover, CONSULTANT proposes to include specialized consulting regarding Enhanced Building Commissioning under EAc1 Option 1 for 3 points- These services are described in further detail in this document. CCNSULTANT will manage a combined approach to green building certification, one where the main portion of the building will pursue a LEED Gold certification and the parking garage will pursue a simultaneous Parksmart Gold certification. CONSULTANT will focus primarily in aligning the Parksmart strategies with the decisions and strategies leading the LEED certification. The team's integrative approach to LEED certification from the conceptua► stages of design will ensure that the project team will focus on synergies among systems and components, the mutual advantages that can help achieve high levels of building performance, human comfort, and while prioritizing regional environmental issues. The following are the LEED credits that share synergies with the Parksmart rating system and that at the same time align with the project priorities. As a team we will focus initially analyzing the applicability of these strategies, to ensure that they make the more sense to Ownership, the community, and that align with the budget. • Building Commissioning • Recycling strategies during operations • Waste management during construction and prevention of pollution • Reduction of carbon emissions through integrative design and construction • Access to quality transit • Integration of EV charging station, rideshare alternatives, promotion of alternative means of transportation • Management of stormwater • Reduction of use of water resources, including outdoor water DESCRIPTION OF REQUIRED SERVICES • LEED Consulting and Program Management • Design Simulation and Energy Modeling • Fundamental Commissioning and Verification • Enhanced Systems Commissioning - Option 1, Path 1 • Parksmart Consulting and Program Management Task 26: Threshold Inspections The Threshold Inspector shall observe that the work is executed in substantial accordance with the permitted Official Contract Documents. [he Official Contract Documents are defined as the permitted plans, recorded addenda, and the specifications with all amendments thereto, including the Threshold Inspection Plan. DUTIES 41 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID- 666A58C7-9142-484F-9041'-4B2ACECB5559 Miami Beach 72"° Street Community Comple August 25, 2023 Page 42 The Threshold Inspector shall maintain a record of the progress, working conditions, observations given to the Contractor and suspected deviations from the Official Contract Documents. The reports shall be in writing and shall be made out promptly at the end of the period covered. The reports will be present at all times, in the Contractor's field office, in the job site in the form of a job site log and an inspection field report for each day an inspection is made. CONSULTANT will inspect the following areas: • Foundation reinforcement and concrete placement. • Concrete columns and shear walls reinforcement and concrete placement. • Masonry wall reinforcing. • Steel and metal deck erection The report may consist of any or all the following: • Report of each inspection. • Job site log of area Inspected. • Special records from testing lab (welding and bolts Inspection, mill tests, and concrete tests). • Record of placing and curing concrete. • Changes made in the field during observations. REPORTING INFORMATION AND OBSERVATIONS It is the duty of the Threshold Inspector to notity the Contractor, Building Official, Architect of Record, and the Owner if the following events occur: • The use of materials, equipment or workmanship that does not conform to the Official Contract Documents or which may cause improper construction, which is not acceptable. • Work that is not being done in accordance with the approved Official Contract Documents. • Faulty construction or of construction performed without inspection and not capable of being inspected or tested in place. • The request for interpretations from the Architect of Record, as required, to clarify the construction documents. REQUIREMENTS OF THE OWNER The Construction Manager shall arrange for all necessary corstruction records to be furnished to the Threshold Inspector during the progress of the work in a timely manner. Such records shall consist of, but may not be limited to: soil density test records, shop drawings, mill reports, concrete cylinder test reports, bolted and welded connections testing result, etc. The owner should contract the services of a testing lab to provide concrete cylinders test, slump test, mortar test, bolted connections quantity, sizes and proper torque/tension and welded connections sizes and quality. For elevated slabs that require shoring, The CONSULTANT shall insure that the Contractor provides a shoring and re -shoring plan to the Building Departmen-. which is signed and sealed by an Engineer registered in the State of Florida. Such registered engineer may represent the form supplier. Such engineer must also inspect the shoring and re -shoring for each elevated slab and provide a signed and sealed affidavit indicating that "Shoring and re -shoring has been installed as per the drawings prepared by his office", this affidavit for each elevated deck, must be delivered to the job site and a copy provided to the threshold inspector before concrete is placed. RESPONSIBILITY The Threshold Inspector does not surrogate the Building Official's or the Architect of Record's responsibilities. Further, it is not intended that the Contractor's contractual or statutory obligations 42 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID666A58C7-9142-484F-904F-482ACECB5559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 43 are in any way relieved or foregone by the presence of the Threshold Inspector. The Contractor has the sole responsibility for any deviations from the Official Contract Documents. The Threshold Inspector will not replace the quality control personnel for ;he Contractor. All inspections will be in accordance with the provisions of the Threshold Inspector Law. LIMITATIONS Unless otherwise provided in w-itten requests, this contract imits the Threshold Inspector to provide se,vices only with regards to the structural frame of the building, including foundation, primary and secondary framing systems, and all items included in the Inspection Plan and as indicated above. This Contract does not include any testing of bolted or welded connections, concrete slump or concrete strength test, which should be done by a testing lab as specified by the Engineer of Record. Also, this Contract does not include inspection of any safety provisions as required by OSHA or other safety standards that apply during the construction period. Nor does it apply to elements such as metal or wooden balcony railings, mechanical/electrical systems, architectural components, site work or other elements not contributing to the capacity of the structural building frame. Since the Threshold Inspector does not certify that the Official Contract Documents are, in themselves, in compliance with the Standard Building Code, all certifications issued will refer to completed work being in substantial accordance with the Official Contract Documents rather than the Florida Building Code. Inspection reports of Consultant's findings will be furnished on a weekly basis. Task 27: Parking Design Services FUNCTIONAL/SCHFMATIC DESIGN PHASE 1. CONSULTANT will review the scope; verify the number of spaces required for the parkirg structure and features to be incorporated 2. CONSULTANT will analyze the parking layout and recommend any modifications to improve efficiency and parking space count. We will provide recommendations to maximize the parking efficiency in coordination with the AOR, SOR, and building parameters while maintaining a user- friendly experience related to turning radii and ramp slopes. 3. CONSULTANT will examine the vehicular and pedestrian flow and recommend an optimum functional layout and ramping system appropriate for the structure's size and use. Recommendations to the layout will consider such factors as the potential segregation of parking users such as the general public, fitness center, community center, aquatics center, and retail users. Other aspects that will be reviewed include: Vehicular and pedestrian traffic circulation — we will review the parking layouts to minimize conflicts between pedestrians and vehicles. Where significant conflicts are identified, recommendations for protection (i.e bollards, corner guards) and visibility (i.e. striping, signage) will be provided Parking stall layout, bay size, and turning radii. CONSULTANT will review the parking geometrics (regular, EV, ADA, and stacker) to ensure compliance with the City of Miami Beach zoning code and specifications in maximizing parking efficiencies. Accessible parking space locations and concerns. We will review the placement of ADA spaces, accessible routes, proximity to elevators, and height requirements for ADA vans to ensure requirements are satisfied. 43 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID, 666A58C7-9142-484F-904F-4B2ACECB55.59 Miami Beach 72"d Street Community Comple August 25, 2023 Page 44 4. CONSULTANT will review the entrance and exit layouts and coordinate with on -site traffic flow. We wi I review entry/exit vehicular maneuverability in coordination with approach drives, external parking, and proposed parking equipment placement. 5. CONSULTANT will review the ramping systems. We will review the placement of the ramp, main slopes, and transition slopes for conformance to Industry minimum standards. 6. CONSULTANT will review the slopes of parking and drive areas. We will review and recommend changes including, but not limited to slope, transitions, turning radii, and connections with parking levels and width. 7. CONSULTANT will provide feedback to the AOR regarding stair/elevator placement and identify recommendations to increase parking efficiencies and layout such as increasing parking space width by +1'-0" at locations adjacent to walls. Other recommendations for improving efficiency include: • Incorporation of mechanical rooms, storage, security, and other alternate areas. • Review items to increase passive security measures including limiting corners/wall returns, introducing openings in shearwalls (if applicable), and potentially glass -backed elevators. • Pavement Marking and Striping Plans — assist in developing pavement markings and striping from AOR on backgrounds prepared by the AOR and prepare final striping plans. • Signage and Wayfinding — we will review and comment on the signage and wayfinding package prepared by the AOR and their consultants for compliance with the functional requirements of the parking garage. • Incorporation of electric car charging stations. CONSULTANT will provide a layout of the EV parking spaces. Design and specification of the charging stations, power supply, etc. will be done by the MEP engineer or others. • CONSULTANT will review the City of Miami Beach s requirements for the number and type of EV parking spaces. CONSULTANT will provide recommendations for the placement of EV parking spaces, the level of charging, and the basis of design manufacturers. • Potential to incorporate space within the garage for motorcycles, scooters, bicycles, etc. CONSULTANT will review the parking layout to incorporate these spaces with appropriate access while meeting the targeted number of spaces. • We will coordinate with the project's Traffic consultant to study ingress and egress to the site, including the flow of traffic and movement toward parking resources for all project users. In addition, we will coordinate with the Traffic consultant to understand the peak hour volumes and direction of traffic entering/exiting the site. This information will be used to evaluate the types of PARCS that will be suitable for the garage. DELIVERABLES MAY INCLUDE ALL OF THE FOLLOWING ON PDF REVIT AUTOCAD OR BLUEBEAM: • Marked -up drawings • Sketches • Written comments. MEETINGS CONSULTANT has included participating in up to twelve (12) conference calls/virtual meetings for coordination purposes for the entire proposal and work effort. REVIEW OF DOCUMENTS Review and comment on AOR's documents at each milestone for conformance to the recommendations made in the above items. DESMAN will corduct reviews and provide comments for 44 DocuSign Envelope ID4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 6(i6A58C7-9142-484F-904F-462ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 45 the milestone submission at 100% Design Development and 30%, 60%, 90%, and 100% Construction Documents. CONSULTANT's deliverables will include the incorporation of comments/markups on the plans set PDF. PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) DESIGN 1. CONSULTANT shall coordinate with Parking Department, CIP, AOR and the project design team to discuss the operational requirements for this structure, such as hours of operations, user types, expected peak hour traffic volumes, and method of fee collection. CONSULTANT will coordinate with the Parking and Consolidated Parking Equipment (CPE) to confirm the number and type of access lanes required and identify potential access equipment options. Identifying the parking characteristics of each parking user type (by program component) to recommend the appropriate PARCS and ensure an efficient and functional layout. 2. CONSULTANT shall prepare a technical memo outlining our assumptions regarding the desired operational methodology including all features and functions of the equipment. This memo will be shared with WJA, CIP, and the Parking Department for approval. Once approved, CONSULTANT will coordinate the bid specifications and provide markup drawings (using Bluebeam or Acrobat) and provide to WJA and CPE to coordinate the preliminary PARCS layout. While DESMAN will provide the technical support to CPE, we are not responsible for coordinating an agreement on PARCS equipment between other parties. SUMMARY OF TASK III • This task narrative and fee assume the City will assign the PARCS equipment contract to CPE, through their existing contract. As a result, CONSULTANT will provide a limited scope of services, excluding shop drawings or engineered plans, which will be the responsibility of CPE or others. CONSULTANT will perform the following tasks in support of that goal: • Provide preliminary markups indicating approximate 'ovations for equipment installation, by type of equipment based on CPE cutsheets. • Review and comment on refined drawings, conversations or feedback from the Parking Department, CIP, CPE or WJA regarding items such as equipment locations, power feeds, conduit runs, location of traffic control box and interret server, etc. • Review technical specifications and typical installation details (provided by CPE) that define the features and functionality of the PARCS solution. CONSTRUCTION PHASE SERVICES Provide an hourly allowance Per diem for job -site visits to observe the quality of construction and review the contractor's shop drawings for conformance with CONSULTANT's design. CONSULTANT's responsibilities will be limited to advising AOR of the status and quality of construction in the form of field reports following job -site observations as follows: CONSULTANT is responsible for ensuring tasks in this scope of services that are CONSULTANTS's responsibility will satisfy CITY specifications and standards. CONSULTANT will conduct field visits to review areas related to the parking scope of services as defined in Tasks I — IV. Field reports will be provided for each field visit noting observations and any items to be addressed. LIM DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuStgn Envelope ID. 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 46 Task 28: Building Envelope / Enhanced Building Enclosure Commissioning DESIGN PHASE - BECX DOCUMENT REVIEW 1.1 Attend project planning conference; review program requirements; provide a summary 1.2 Review/provide tech. assistance during the development of the preliminary enclosure BOD 1.3 Design review of enclosure -related construction document drawings and specifications at: • Schematic Design phase • Design Development phase • Construction Document phase 1.4 Prepare BECx Document Review Comment list; Update, refine, and document the enclosure BOD, and BECx Plan at the conclusion of each sub -phase of the design process. Redline enclosure details at each phase and provide revision commentary to the Design Team. CONSTRUCTION PHASE - FIELD TESTING 3.1 Review ASTM E1105 window testing (by others) and assist with diagnostics 3.2 Perform field adhesion testing of building joint sealants (by CBGA) 3.5 AAMA 501.2 diagnostic water spray test of glazing systems (by CBGA) 3.7 Provide detailed reports for all site visits and test observations 3.8 Travel time by vehicle (8 hours round trip x 7 site visits) at half rate CONSTRUCTION PHASE - FIELD OBSERVATIONS 4.1 Mock up reviews 4.2 Roofing and plaza deck waterproofing application 4.3 Air/vapor retarder application 4.4 WRB application 4.5 Below -grade waterproofing application 4.6 Waterproofing application a-ound fenestration openings 4.7 Window and glazing application 4.8 Sealant applications 4.9 Substantial completion walkthrough visits 4.10 Final walkthrough 4.12 Provide detailed reports for all site visits and construction observations 4.13 Travel time by plane (4 hours round trip x 24 site visits) at half rate PROCESS AND DOCUMENTATION 5.1 Prepare a bldg. enclosure commissioning (BECx) plan and project -specific BECx requirements 5.2 Provide consulting support during construction (estimated) 5.3 Review RFIs, ASIs, Change Orders, etc. that may affect the systems to be commissioned 5.4 Attend all online BECx meetings during construction as needed and scheduled (estimated) 5.5 Review all enclosure submittals and shop drawings to support the commissioning process 5.6 Maintain an issues/non-conformance log process 5.7 Attend OAC progress meetings via Zoom, WebEx, MS Teams, etc. S.8 Review O & M manuals prepared by the CM and subs. 5.9 Review enclosure -related items to be included in the System Readiness Checklist [SRC) 5.10 Review operating and maintenance manuals from envelope product manufacturers 5.11 Review operator training plans and schedules prepared by CM 5.12 Review and prepare checklists and reports, as required to achieve final project commissioning 5.13 Prepare related BECx items to be included in the final Commissioning report 46 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC35559 Miami Beach 72"`' Street Community Comple August 25, 2023 Page 47 Task 29: Life Safety Design Services BUILDING CODE CONSULTING AND LIFE SAFETY PLANNING 1.1.1. 30% DESIGN PHASE Conduct an initial review of the drawings in progress for this design phase. This initial phase of design will focus on developing a list of codes, standards and other regulations that would be applicable to the project. The use of the exit stair arrangement will be studied to determine how applicable provisions may affect the design development of the exiting for the elevated floor levels and their access to grade level. Develop Fire Protection/Life Safety narrative document that addresses the major fire protection and life safety code requirements for the project. The intent of the narrative will be to outline the code compliance approach. Deliverables • Perform one (1) review cf the architectural drawings in PDF format. Prepare a redline markup of the PDF's to identify building features to consider for establishing a means of egress approach to be carried forward in the building design. • Attend up to a total of two (2) coordination meetings with the design team to facilitate life safety planning. This total is in addition to participation of the initial kickoff meeting anticipated for the project. • Prepare one (1) Fire Protection/Life Safety narrative draft document intended for use by the project team to facilitate the building design. • Provide up to eight (8) hours of consultation effort for the purpose of addressing building code and life safety planning inquiries. 1.1.2. 60°% DESIGN PHASE Evaluate the new building design in terms of meeting the requirements of the applicable building code (Florida Building Code 7th edition). Provisions for Use and Occupancy Classification, Occupancy De:ailed Requirements, General Building Heights and Areas, Type of Construction, Fire Resistance - Rated Construction and Fire Protection Systems will be reviewed to confirm and establis-I the code compliant approach for this project. Means of egress provisions for the building code will also be reviewed. An emphasis on the following items will also be examined during this design phase in order to assist with further development of the building space planning: • Analysis of the elevated outdoor assembly areas to verify that the currently planned exit capacity is adequate; • Review the spectator searing arrangement to verify that the occupant loads, aisle dimensioning and exiting as per applicable assembly use code provisions is met; • Exit stair arrangements for compliance with rneans of egress provisions. Similarly, requirements for the state adopted version of the Fire Code (NFPA 1) and Life Safety Code (NFPA 101) • as applicable will be reviewed. Collectively, these two codes are the basis for the Florida Fire Prevention Code (7th edition) which is applicable for this project. Deliverables • Perform one (1) review of the architectural drawings in PDF format for compliance with building code provisions applicable to the project. Prepare a redline markup of the PDF's to identify building features which -nay not be conforming or may be in excess of code requirements. • Update as required and re -issue one (1) Fire Protection/Life Safety narrative draft document intended for use by the project team to facilitate the building design. 47 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEC35559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 48 • Attend up to a total of two (2) coordination meetings with the design team to facilitate life safety planning. • Provide up to eight (8) hours of consultation effort for the purpose of addressing building code and life safety planning inquiries. 1.1.3. 90% DESIGN PHASE Review the life safety plan view drawing sheets based on the architectural background information prepared by the architectural group to ensure that the appl cable code provisions are met. Prepare life -safety drawing annotations and supporting tabulations as required of the occupancy loads, exit widths and capacities. Evaluate common path and dead-end travel distances, wall fire -ratings and opening protection requiremen>s for code compliance. Interface with the architectural group as well as coordinate with other design team mernbers as required to assist in finalizing this design phase for completion of the construction documents. A review of the FF&E for compliance with applicable Florida Fire Prevention Code provisions related to interior finishes will also be provided during this design phase. This effort is expected to include a review of product data with respect to contents and furnishings such as draperies, curtains or other hanging decorations for compliance with flame propagation criteria. Upholstered furniture testing for compliance with classifications for ignition and heat release rates will also be reviewed. Evaluation of interior ceiling, floor and wall finish materials for conformance with flame propagation and smoke developed index criteria will also be provided Deliverables • Prepare one (1) PDF drawing markup submittal of the (in -progress) building design with redline markups of the life safety plan view drawing sheets, providing drawing symbolism and notations as required to demonstrate applicable code compliance. • Perform one (1) review of the final architectural drawings in PDF format for compliance with building and fire code provisions applicable to the project. Prepare/update a redline markup of the PDF's for completion of the design phase to identify building features which may not be conforming to code requirements. • Prepare one (1) letter document signed and sealed where required by the fire department for inclusion with the Fire Control Book deliverable indicating proposed interior finish materials are in accordance with applicable code provisions. • Attend a total of three (3) coordination meetings with the design team to review/discuss the markup submittals and finalize life safety planning. • Provide up to eight (8) hours of consultation effort for the purpose of addressing building code and life safety planning inquiries. 1.1.4. CONSTRUCTION ADMINISTRATIVE PHASE Develop responses and clarifications to comments generated by the authority having jurisdiction (AHJ) as required during per processing and coordinate modifications to the drawing documents as needed to satisfy permitting requirements for items related to life safety. Provide miscellaneous consultation related to code compliance of the project construction documents which may include sketch reviews; web -based or telephone meetings in addition to email communication with the building ownership and project team members for assistance with RFI responses and contractor installation submittal comments. Deliverables • Provide up to forty (40) hours of consultation effort for the purpose of addressing building code and life safety planning inquiries. 48 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72"" Street Community Comple August 25, 2023 Page 49 • Attend up to two (2) meetings if required with the City of Miami Beach and/or the City of Miami Beach Fire Department to address outstanding permit comments. MASS NOTIFICATION SYSTEM RISK ANALYSIS Completion of a risk analysis for a mass notification system as required by the Florida Fire Prevention Code (sec. 101-12.3.4,5) Task 30: Aquatics Design Services PROGRAM CONFIRMATION PHASE (1)1-day site visit(s) A Meet with the desigr team and the CITY's steering committee plus any designated staff and/or stakeholder groups to discuss the Project, confirm the design program ane the CITY's objectives. B. Review the design program developed by the Owner regarding use of pools and pool support spaces. Review the physical characteristics and requirements identified for these areas and submit comments and suggestions to the CITY. C. Provide updates to the currently established pool concepts for meeting program needs of the Owner while complying with budget requirements, physical requirements and footprint limitations. D. Assist ARCHITECT with design considerations for the support spaces: • Locker rooms/changing facilities • Offices/administration • Training/first aid roorr • Meet management • Spectator areas • Storage • Concessions • Mechanical and maintenance SCHEMATIC DESIGN PHASE (0) 1-day site visit(s) A. Provide schematic plans and sections for the swimming pool(s) showing critical dimensions and features. B. Provide a design narrative for the swimming pool(s) C. Provide an opinion of probable construction cost for the swimming pools) and address questions regarding such estimate data for the Project. The CONSULTANT does not guarantee opinion of probable costs. D. If required, assist the CITY in opinion of cost reconci iation for the swimming pool(s) to bring the projected construction costs within the Project budget. E. Provide structural design of the pool shell(s) • Provide criteria for the Geotechnical Consultant F Provide a design considerations document on swirming pool design addressing the issues and coordination between the architectural, mechanical, plumbing, electrical items and site/civil related items. This commentary will give the ARCHITECT/CITY and consulting engineers a basis for developing their own design strategy to deal with those common aquatic facility design challenges. While this commentary is the result of more than 50 years of experience observing these issues, the ARCHITECT understands and agrees the responsibility for providing a successful design response to the issues is its, not the CONSULTANT's. The CONSULTANT is not providing engineering services for support buildings and spaces. 49 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-462ACECH5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 50 G. Review the physical characteristics and requirements identified for the swimming pool(s) and swimming pool support spaces with the ARCHITECT/CITY. Review preliminary Scherratic Design drawings prepared by the ARCHITECT and CONSULTANT s regarding the following items: • Pool support spaces 12yout and adjacencies • Pool hardscape and landscape areas • Pool support spaces materials and finishes • Adjacencies and circulation • Traffic patterns • Activity program use of space and capabilities • Spectator facilities • Phasing of the Project • Mechanical systems • Hydrostatic relief system H. Participate in remote web -based meetings via teleconference or video conference for coordination with the ARCHITECT and CITY. DESIGN DEVELOPMENT PHASE (0) 1-day site visit(s) A. Provide Design Development drawings for the pool(s) showing markings and features in plan and section. B. Provide plan and elevation of pool filter room and chemical rooms showing pumps, filters, and water chemistry equipment to verify size of space. Indicate where electrical and plumbing coordination items are located. C. Provide outline specifications for Division 13 - Swimming Pool. D. Provide an opinion of probable construction cost for the swimming pool(s) and answer questions regarding estimate cost data for the Project. The CONSULTANT does not guarantee opinion of probable costs. E. If required, assist the ARCHITECT/CITY in opinion of cost reconciliation for the swimming pool(s) to bring the projected construction costs within the Project budget. F. Provide structural design of the pool shell(s) • Prepare design development drawings for the swimming pool(s). • Prepare outline specif cations for swimming pool structural items • Assist In coordination of pool structural items with building structure and pool deck (if applicable) G. Provide a coordination document describing the pool equipment specified with interface with the other design disciplines. H. Provide product cut sheets to the ARCHITECT for review and design team's use. I. Review State and local Health Codes relating to swimming pool design and construction. J. Consult with the design team for coordination of design and engineering issues. K. Review outline specifications prepared by the ARCHITECT and other CONSULTANTS. L. Participate in rernotc web -based meetings via teleconference or video conference for coordination with the design team. CONSTRUCTION DOCUMENTS PHASE (1) 1-day coordination site visit(s) A. Provide swimming pool drawings (AQ sheets) and submit to the ARCHITECT following the general format shown below. (Refer to attachments fo• description of CONSULTANT's work and interface with engineering disciplines and the ARCHITECT.) 50 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904FAB2ACEC85559 M ami Beach 72n" Street Comminity Comple August 25, 2023 Page 51 1. Pool Site Plan (building or site background from the ARCHITECT) • Design data • General notes • Reference notes 2. 50 Meter Pool Plans and Sections • Face-to-face cimensions of the structure(s) • Transverse sections • Longitudinal sections • Depth dimensions • Wall markings • Wall anchors • Underwater lights • Recessed steps and grab rails • Stair entries, if required • Inlet locations • Main drain locations • Pool markings • Location of depth markings and warning signs • Depth marker schedule • Construction plan of the pool 3. Pool Deck Equipment Plan • Equipment plan • Equipment schedule • Anchors • Starting blocks • Grab rails • Lane ropes • Other miscellaneous equipment • Water polo layout • Deck mounted goal and anchor locations • Floating goal locations • Boundary markers and cup anchors • Timing system equipment plan 4. Pool Details • Perimeter overflow system details • Wall details • Grab rails and recessed steps • Entry/exit stairs • Depth markers • Targets and lane markers • Stair and bench nosing detail • Tile joint detail • Deck equipment • Starting blocks S. Multi -Purpose Pool Plan and Sections • Pool plan • Floor contour ines • Depth dimensions • Pool markings 51 DocuSign Envelope ID. 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72"" Street Community Comple ALgust 25, 2023 Page 52 • Underwater lights • Location of depth markings and warning signs • Construction plan of pool • Equipment schedule • Transverse section • Longitudinal sections 6. Multi -Purpose Pool Details • Recessed steps and grab rails Stair and bench nosing detail • Ramps and benches • Fountains and water features • Wall markings • Wall anchors • Underwater lights • Underwater benches • Pool stairs, usually multiple at varying depths • Dimensions of face-to-face of structure • Equipment plan • Anchors • Pool floor -to -wall cove • Floating lifeline • other miscellaneous equipment and floatables 7. Piping Plan • Plan of the pool(s) • Surge tank location and size • Filter room and chemical room locations • Location of under floor piping and sizes • Building background from the ARCHITECT 8. Pool Mechanical Room and Surge Tank Plans and Sections • Pool mechanical room piping plan • Pool mechanical piping diagram • Surge tank sections • Surge tank fittings, vent, and reach rod sleeve details • Access hatch • Filtration equipment • Recirculation equipment 9. Piping and Pool Mechanical Room Details • Main outlets and hydrostatic relief valve • Backwash and pool draining piping • Pump details) • Variable frequency drive detail • Pipe hangers and supports • Flow meters • Wall sleeve locations • In -deck valve box • Water level controller • Fill funnel or direct fill connection • Water supply inlet • Hydrotherapy jet inlet • Dropout box converter 52 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-462ACEC85559 Miami Beach 72n" Street Community Comple August 25, 2023 Page 53 • Skimmer and equalizer • Static water line inlet • Sight sump • Water chemistry controller • Schematic of water treatment system • pH adjustment equipment • Primary sanitation feed equipment • UV system B. Provide structural design of the pool shells 1. Provide construction documents and specifications for the pool floor slab, wa Is, gutters, surge tank. With the absence of a qualified geotechnical report, the swimming pool structural analysis and design solution is currently based upon the use of shallow foundations. The following are specifically omitted from this agreement. • Deep foundations (i.e. piles, drilled piers, anchors, etc.) • Design of bottom slab(s) as a structural slab (slabs other than entirely ground - supported). 2. Assist in establishing testing and observation requirements 3. Coordinate pool structural documents with other disciplines 4. Comment on the effect of pool structure and systems on building structure, if any C. Provide specifications for Division 13, Section 131100 Swimming Pool. (Refer to attachments for description of CONSULTANT's work and interface with engineering CONSULTANT s and the ARCHITECT.) Specifications shall include sections for: • General swimming pool and equipment • Swimming pool interior finishes, to include plaster/tile, as required. • Cast in place concrete, shotcrete pool shell or a pre-engineered stainless steel pool system, dependent upon the Owner's preferred bases of design. • A complete timing/scoreboard system, if required • Movable bulkhead • Movable floor • Leisure pool features/equipment, as required Specifications that will be the responsibility of the ARCHITECT and its respective consulting engineers include: • Architectural pool supports buildings and structure, surface coatings, pool mechanical room railings, stair, ladders and signage. • Landscape Architecture: deck drain system, fencing and landscape. • Mechanical/Plumbing: deck drain system, pool heaters or boilers, pool heater gas, make-up air and venting, make up water, hose bibbs, and filter backwash to sanitary. • Electrical: pump overload protection, underwater light power supply and junction boxes, pool equipment power distribution and connections, pool bonding and grounding per NEC680 and timing system conduits, pool mechanical roorr lights and circuitry. • Plumbing/Civil: subsurface drainage system under the pool(s). • Structural: pool support structures, backwash basin and pump pit 53 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC35559 Miami Beach 72nd Street Community Comple August 25, 2023 Pale 54 • Environmental/OSHA review: chemical SARA Title 11, MSDS, OSHA signage and storm water permits. D. Coordinate AQ construction drawings and specifications with ARCHITECTS's and design team engineers. E. Assist the ARCHITECT provide pool related documentation needed to obtain LEED Gold Certification. F. Provide progress sets of AQ sheets and specifications if requested by ARCHITECT at the following design intervals: • 30% • 60% • 90% to 99% • 100% (bid) G. Meet one (1) time for face-to-face coordination with design team and any meetings desired by the ARCHITECTS on the same day. H. Participate in remote web -based meetings via teleconference or video conference for coordination with the design team. 1. Review 90% to 100% completion set of construction documents (if requested) prepared by ARCHITECTS's and consulting engineers for swimming cool issues, J. Provide an opinion of probable construction cost for the swimming pool(s) and answer questions regarding estimate data for the Project. The CONSULTANT does not guarantee opinion of probable costs. K. If required, assist the ARCHITECT in opinion of cost reconciliation for the swimming pool(s) to bring the projected construction costs within the Project budget. L. Provide signed and sealed construction documents by a licensed Professional Engineer in the State of Florida. M. Support this phase of the design with open communication BID PHASE No site visits A Address bidders' inquiries and furnish addenda items to the ARCHITECT to clarify drawings and specifications, if required. B. Evaluate licensed pool subcontractor bids and provide recommendation for award of a construction contract to the ARCHITECT/CITY. C. Evaluate any substitutes proposed by the contractor. CONSTRUCTION ADMINISTRATION PHASE (5) 1-day site visits A. Review submittals (shop drawings, product information and requested substitutions by manufacturers and/or contractors) with regard to the 000ls and its related systems. B. Render opinions and interpret construction documents relative to disagreements between the contractor and the ARCHITECT/CITY. C. Review contractor's payment applications for confo,mity to work completed and determine if the quality of work is in accordance with the construction documents. D. Observe construction of the aquatic related items during specific milestones throughout construction and submit a report following each site visit. E. Provide final observation of the aquatic facility to confirm that the pool and its related equipment have been installed as designed and specified. Submit a final punch list 54 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5+491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-482ACECB5559 M ami Beach 72"`' Street Community Comple August 25, 2023 Page 55 F. Review the contractor's as -built drawings as well as the operations and maintenance manuals for substantial completion. G. Maintain open lines of communication for the discussion of questions and issues as they arise in the development of the Project. H. The CONSULTANT shall prepare a set of reproducible record drawings for its work showing significant changes in the work made during construct on based on marked -up prints, drawings and other data furnished by the Contractor to the CONSULTANT. The CONSULTANT makes no representation as to the compatibility of these files with others hardware or software beyond the specified release of the referenced specifications. Task 31: Cost Estimating Provide an Independent Cost Estimate (ICE) for the 72nd street Community Complex, at City of Miami Beach, for 4 submissions. A deta led cost estimate during SD 30% and prior to stakeholder engagement. Additional estimate shall be completed upon completion of 60% Design Development and 90% Construction Documents shall be provided. • The ICE deliverable will include a Basis of Estimate, Major Quantity Summary, Escalation Calculation and Estimate Summary Cost Reports. • Plan details will be quantified and listed as detailed cost line items and categorized into the Uniformat II Classification. • Line item costs will include material, labor and equipment costs including subcontractor markups. • Allowances will be provided either directly to the systems or as overall design allowance. • Other factors (markups) will be provided for General Contractor's general conditions and general requirements, home office overhead, bonds, and fee. As appropriate for the current construction market conditions in the project area as a percentage calculation. • Escalation factor will be calculated and applied based on the current anticipated project schedule. • Four Meetings with Construction Manager 2 virtual and 2 in -person DELIVERABLES • Digital report reproduction, estimate delivered via email • One estimate, per submittal, utilizing Success estimating software. The Cost estimate will not include: • Hazardous Material Abatement • Staff Relocation/Moving Costs • Pricing of Loose Furniture, Owner • Reconciliation / Workshops • Project Scheduling and Analysis • Economic Analysis, Life Cycle • Value Engineering or Analysis • Constructability and Phasing Analysis Task 32. Permit Expediting Permit Expediter will submit and take plans to specialty departments as required for review. Scope incudes: • Preliminary review by expeditor • Notice of Commencemert 55 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 6B6A58C7-9142-484F-904F•4B2ACECB5559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 56 • Contractor Registration • Courier/Postage/Fedex • Notary Services as required • Status Reporting • CO or CC or CU BTR TCO Task 33: Pre -Demolition Asbestos -Containing Materials Survey The purpose of the ACM survey will be to identify ACM for compliance with Florida Department of Environmental Protection (FDEP) and U.S. Environmental Protection Agency (EPA) National Emission Standards for Hazardous Air Pollutants (NESHAP), and Occupational Safety and Health Administration (OSHA) asbestos regulations. The state, county, and federal NESHAP regulations require a 'thorough inspection' prior to the renovation or demolition of a facility so that identified ACM can be properly managed. Langan will endeavor to concuct the survey to meet the federal, state, and local regulatory requirements for a "thorough inspection" by assessing safely accessible interior, exterior, and roof areas to the practical extent allowed by current property ownership and/or current occupants/tenants, as applicable. However, our survey will not include exterior sub-surface/below-grade investigations. CONSULTANT will conduct the ACM survey following the guidance for Pre -Construction Survey protocols in the ASTM International's (ASTM) E2356 Standard Practice for Comprehensive Building Asbestos Surveys. ASTM E2356 meets the applicable requirements of current FDEP, Miami -Dade County, EPA NESHAP Standard 40 CFR 61, Subpart M (Asbestos), EPA Asbestos Hazard Emergency Response Act (AHERA) Standard 40 CPR 763, Subpart E, and OSHA asbestos survey and/or sampling regulations. Langan may deviate from the ASTM E2356 prescribed protocols or recommendations if warranted or determined necessary by the inspector's professional judgment to meet our client's expectations within the limitations of our scope of services. Destructive, intrusive, and/or exploratory testing is included in our scope of services as part of the ACM survey. We will endeavor to observe normally inaccessible areas such as pipe chases, wall cavities, inside mechanical systems, under primary flooring surfaces, etc. for suspect ACMs, as practical. Where destructive, intrusive, and/or exploratory testing is unauthorized, or access is prevented or unsafe, CONSULTANT will document these areas and/or materials that may not be properly inspected and include them in the report for further investigation prior to or during the actual construction work. The survey will include interior, exterior, and roof probes. These probes may be necessary for areas where CONSULTANT suspects that ACM may be hidden or concealed. For roofing systems, CONSULTANT will provide temporary patch/repair of intrusive/destructive access locations. However, we cannot warranty or guarantee the effectiveness or water -tightness of our patch and repair work. CONSULTANT assumes that we will have safe access to roofing systems and ceiling areas with either a fixed -ladder to access the roofs or stepladder to access ceilings. To the practical extent allowed, CONSULTANT will endeavor to observe normally inaccessible areas such as pipe chases, wall cavities, inside mechanical systems, under primary flooring surfaces, etc. for suspect ACMs, as practical. There may be areas, materials. and/or equipment that would be considered inaccessible at the time of the survey due to current owner/tenant and/or physical constraints, or apparent safety hazards. In these instances, CONSULTANT will document suspect ACM that in our professional opinion may be present or are observed but cannot be accessed due to either administrative or physical constraints, or accessing would be unsafe. When necessary and based upon site conditions, samples will be collected in a random, representatively distributed 56 DocuSign Envelope lU 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 66iiA58C7-9142-484F-904F-482ACECB5559 Miami Beach 12"d Street Community Comple August 25, 2023 Page 57 manner at the inspector's judgment. However, based upon site conditions, scope, budgetary, and/or schedule constraints, observations and samples may be collected at points of convenience to facilitate the execution of the survey. Because of the inherent nature of collecting bulk samples from suspect materials, some damage will occur to these building components. We will not be responsible for repairing such damage back to its original finish for interior sampling locations but will attempt to reduce this damage to the extent practicable. CONSULTANT will inventory and collect representative bulk samples from suspect homogeneous areas (HAs) and submit the samples for analysis. HAs are materials that appear similar in terms of color, texture, and date of material application. The condition, and approximate location and quantity of each identified ACM will be documented for incorporation in the survey report. Our survey will include only aboveground investigations (e.g., no subsurface/below grade sampling is included). CONSULTANT anticipates collecting up to 20 bulk samples for laboratory analysis from the facility. Each bulk asbestos sample will be submitted under chain of custody to a Voluntary Laboratory Accreditation Program (NVLAP) accredited laboratory and analyzed using Polarized Light Microscopy (PLM) coupled with dispersion staining as outlined in the USEPA's "Method for the Determination of Asbestos in Bulk Building Materials" (EPA-600/R-93, July 1993). The samples wi I be analyzed with a standare five (5) business -day turnaround time schedule. Our proposal does not include performing point counting or other additional analysis for bulk samples being reported as trace amounts of asbestos. If point counting or additional confirmatory analysis is recommended, Langan will discuss additional costs prior to proceeding with additional confirmatory analyses. ACM SURVEY REPORT Upon completion of the pre -demolition ACM field survey activities and receipt of laboratory analytical results, a single report of findings will be prepared that presents the sampling strategy, sample results and recommendations for abatement, if necessary, for the facility. The one survey report will include the following: • ACM Summary Table: o Description (e.g., 12" x12" black floor tile) and resu t (e.g. ACM, non -ACM, etc.) o General location o Approximate quantity o General condition (Friable/Non-Friable) o Regulated or Non Regulated (required abatement prior to demo or not) o Recommended action for demolition (e.g., remove, remain in -place, dispose of as hazardous waste) • Laboratory Reports • Photograph Log • Figures with Approximate Bulk Sample Locations • Inspector Qualifications Task 34: Special Inspections: Door, Windows & Screens SCOPE OF WORK includes inspection of the installation of all doors and windows to comply with NOA as well as the screening at the garage levels. 57 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72n' Street Community Comple August 25, 2023 Page 58 Task 35: Signage and Wayfinding SCOPE OF WORK includes Review City ordinances pertaining to signage and other information, including imagery and history of the City and additional brand ng elements needed to formulate design colcepts. • Recommend wayfinding signage types that should be added, i.e. direction and markers, parking signage, public facility identification signage, and orientation kiosks. • Develop a list of recommended terminology and/or design icons for trail system. • Prepare a design concept and present for CITY Review. • Prepare a maximum of one (1) formal presentation to for CITY to project stakeholders. • Prepare preliminary sign location plans, typical messages and general sign types. • PRELIMINARY SUBMITTAL of a message schedule and sign location plans for review and approval by the CITY. • Based on working meetings and project reviews, a Sign Location Plan and message schedule will be developed and submitted for final approval. This will include typical sign locations, messages/terminology and required sign types. [ two (2) color sets and one (1) digital copy]. • Building Signage Task 36: Art -in -Public Places: (Occurs during Design Development Phase) CONSULTANT is responsible for incorporating an artistic feature into the project including the selection of an artist as directed by the CITY and approved by ARCHITECT. AIPP coordination will be initiated during the project's Design Development Phase and all required specific coordination for the installation will be developed along with the Design development and Construction Document process for the project. No Review and/or Approval by Miami Dade County are anticipated for the proposed art as part of the AIPP process. An Artist Services allowance has been provided. Task 37: R.O.W. Electrical and Lighting Engineering Scope of Work included for designing new right -of way (ROW) street lighting and associated pedestrian lighting for the four (4) street areas that are adjacent to the property as noted in the image below: 58 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 6E6A58C7-8142-484F-904F-482ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 59 Scope of work includes the issuance of permit ready electrical construction documents to include the following expected tasks: 1. Coordinate with FPL for new dedicated service for proposed lighting load center — including field meeting with FPL 2. Coordinate with design team and civil consultant for sighting of proposed new poles in relation to existing utilities and underground structures 3. Preparation of construction plans inclusive of: • Pole data and luminaire locations with labeling within roadway plans, light pole details, locations, pole data summary, mounting heights, arm lengths and luminaire type • Load center design and loads to allow FPL to determine transformer size and provide a service point/load center detail in plans • Lighting Design and Analysis Report (LDAR), including output from AGI Lighting Software, to provide minimum illumination levels per the FDOT Manual of Uniform Minimum Standards for Design, Construction and Maintenance for Streets and Highways (i.e., Florida Greenbook) 4. Voltage drop calculations S. Response and resolution to the City's review comments after each submittal stage. 6. Response and resolution to Building Department comments applicable to our scope of work. 7. Bid Phase assistance to bidding contractors (in the form of response to questions). 8. Construction Administration in the form of response to RFIs, review of shop drawing submittals, and site visitation for conflict resolution. DURATION DESCRIPTION • Programming 21 DAYS • Schematic Design (30% Construction Doc) Subm ttal & Cost 122 DAYS Estimate Submittal • Planning Board Submittal 90 DAYS • DRB Submittal 90 DAYS • Design Development (60% Construction Doc) Suomittal & 133 DAYS Cost Estimate Submittal • Off - Site Permitting Submittal 106 DAYS • Tree Removal Permit Submittal 90 DAYS • Public Works Subrr ittal 90 DAYS • Miami -Dade Traffic Submittal 90 DAYS • FDOT Submittal 120 DAYS • DERM / WASA Permit Submittal 120 DAYS • Construction Documents (90% Construction Doc) Submittal 142 DAYS & Cost Estimate Submittal • City of Miami Beacn 90% Permitting Submittal 120 DAYS • Miami -Dade Permit Submittal 120 DAYS • Construction Documents (100% Construction Doc) Submittal 60 DAYS 59 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECF35559 Miami Beach 72" ° Street Community Comple August 25, 2023 Page 60 PROPOSED FEES: The following is a summary of the total fees for all services listed above. Task Basic Services (Architectural, MEP, Structural) Total Fee Task 1 Schematic Design (30% Construction Doc) 5641,103 Task 2 Design Development (60%Construction Doc) $1,068,505 Task 3 Construction Documents (90% & 100% Construction Doc) $1,624,128 Task 4 Assistance with Permitting/Bidding $85,480 Task 5 Construction Admin stration $854,804 Sub -Total $4,274,020 Task Required Supplemental Services Total Fee Task 6 Programming Phase $162,876 Task 7 Entitlement Process (DRB Approvals) Concurrent with Task 1 $125,000 Task 8 Geotechnical Soils Testing and Report S55,775 Task 8A Environmental Engineering Services $6,900 Task 9 Civil Engineering $466,325 Task 10 SUE (Subsurface Utilities Engineering) $136,850 Task 11 Off -Site (R.O.W) Restoration $379,500 Task 12 Traffic Engineering Services $51,750 Task 13 ALTA Survey & Tree Survey $43,125 Task 14 landscape Architecture Design Services 5251,931 Task 15 Landscape Architect of Record & Resiliency Services $105,162 Task 16 Lighting Design $201,170 Task 17 Interior Design and Furniture Selection $82,000 Task 18 Audio/Visual & Voice/Data/Security $40,336 Task 19 Fire Protection System Design $172,500 Task 20 Lightning Protection $7,590 Task 21 Emergency Generator $26,450 Task 22 Reasonable Assurance Report (RAR) 548,300 Task 23 Photorealistic Renderings $30,000 Task 24 Video $70,000 Task 25 Sustainability Consulting and Commissioning $177,560 Task 26 Threshold Inspections 5341,550 Task 27 Parking Consultant $142,025 Task 28 Envelope Consultant $161,013 Task 29 Life Safety Consultant $52,325 Task 30 Aquatics Design Consultant $396,750 Task 31 Cost Estimating $184,756 Task 32 Permit Expediting $25,386 Task 33 Asbestos Testing $4,600 Task 34 Special Inspection Door & Windows (NOA) $33,120 Task 35 Signage and Wayfinding $74,600 Task 36 AIPP Process $157,080 DocuSign Envelope ID 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID6E6A58C7-9142-484F-904F-4B2ACECB5559 M ami Beach 72"" Street Community Comple August 25, 2023 Page 61 Task 37 R.O.W Electrical & Lighting Engineering $79,120 Sub -Total $4,293,424 Design Services Total $8,567,444 Estimated Reimbursable Expenses (Allowance) $84,000 Design and scope changes (Allowance) Includes Additional Design $300,000 Team CA On -site Meeting and/or Virtual Meetings, above and beyond Bi-weekly meetings, will be billed based on time and material. Meetings not to exceed Max Allowance. See Consultant Rates, Schedule C. Task 12 - Traffic Signalization Design for 4 additional intersections listed below • Northbound SR-AlA and 72nd Street • Northbound SR-AlA and 73rd Street • Southbound SR-A1A and 72nd Street • Southbound SR-AlA and 73rd Street $52,509 Task 12 - Valet Parking queuing Analysis (Allowance) $1,500 Task 12 - Additional Intersection Analysis ($5000/ea) $20,000 Task 13 - Easement Vacation Processing $25,000 Task 33 - Phase II ESA Allowance - fee is subject to change based on the findings of the Phase I ESA. $15,000 Task 36 - Art -In Public Places Artist Services (Allowance) S200,000 Design Services & Allowances Total $9,265,453 'The Basic Services fee is based on the State of Florida's Department of Management Services Fee Curve utilizing a Construction Budget of $70,000,000 at 6.11% (Complexity A). If the CITY's Construction Budget is increased, the Architect's Basic Services shall be recalculated based on the most recent budget amount. Reimbursable Expenses (Allowance) — Per CITY's Agreement Design (Allowance) During the course of the project, the CITY or ARCHITECT may identify Additional Services required which are necessary to either complete or enhance the overall project If Additional Services are identified during the course of this project, the Architect will prepare a detailed work scope and fee to perform the Additional Services. Once the CITY and the Architect have agreed on the scope and fee, the Architect will submit a Request for the CITY's approval for the Additional Services under Design allowance. The Design Allowance is an estimate and may not cover all the additional services identified throughout the project which are necessary to either complete or enhance the overall project. Also, all funds within Design Allowance may not be required. Unused Design Allowance will not be billed to the CITY. 61 DocuSign Envelope ID:4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 Miami Beach 72"d Street Community Comple August 25, 2023 Page 62 TI* Following Services Are Not Included Within This Fee: • Application fees and fees paid to secure approval from authorities with jurisdiction over the Project • Feasibility Studies/ Analysis • Multiple parallel concept design options, Design team will develop an optimal design option to meet programmatic requirements and project budget. • Grant Assistance or Applications • Coordination of CITY's Consultants • Life Cycle Cost and/or Energy (FLEET) Analysis • Custom Graphic Design • Value Analysis Study • Revisions or additions to the project program not listed as part of the DCP/RFQ requirements. • Documents Prepared for: Alternate Bids Requested by the CITY, Change Orders, Multiple Construction Contracts, Record Documents/As-Builts • Prolonged Construction Contract Administration Service • Project Representation During Construction Beyond periodic inspection • Additional Construction Contract Administration Services for Multiple Contracts • Training Services for Building Systems • Post Occupancy Inspections/ Evaluations • Revisions to Previously Approved Documents • CITY requested insurance in excess of that normally carried by the ARCHITECT or ARCHITECT's CONSULTANTS • Shelter Design to ICC 500 Standards • Geotechnical engineering services typically provided prior to and during construction, including but not limited to: preparing geotechnical-related technical specifications, reviewing and responding to contractor's submittals or request for information (construction administration), observation and documentation of pile installation and load testing, documenting of pre -construction or post-construct,on conditions, vibration or settlement monitoring of existing structures, tower settlement monitoring, and construction materials testing (CMT) and inspection services typically provided by a laboratory testing firm or CMT consultant (concrete, grout, or masonry sampling and testing, etc.) • All work is limited to the project limits identified within the City of Miami Beach — Request for Qualifications (RFQ No. 2023-121-ND). • Per the CITY'S Phase 1 and Phase 2 Environmental Report, It is anticipated that the site has no ground water and soil Contamination and therefore no need for permitting through Miami Dade County RER - Pollution Remediation Section (PRS). The NPDES Permit needs to be applied for by the contractor (as permittee) since they will be responsible in maintairing the BMPs. CONSULTANT does not develop full SWPPP Permit application (Provided by CM). CONSULTANT will provide a typical Erosion Control Plan (ECP) for the contractor responsible to install and maintain (as the permittee) the BMPs to process thru FDEP. CONSULTANT's scope is limited to assistance with completing the information on the application and providing the required ECP plans. • Processing of Construction Water Use and/or Dewatering Permits are not included. .t� DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID 6E6A58C7-9142-484F-904F-4B2ACEC85559 M ami Beach 72nd Street Community Comple August 25, 2023 Page 63 • Processing of Irrigation Water Use Permits is limited to assistance with completing the information on the application and providing the required Irrigation plans and irrigation demand. • It is anticipated that the selected Contractor will lead the effort in to apply for all the required building permits. • Construction -related surveying (stakeout, as —built plans, etc.) and testing (densities, concrete, LBR'S, etc.) services • All Maintenance of TraFic (MOT) plans shall be the responsibility of the contractor. • Aquatics Design Supplemental services: Facility Specific Business Plan, Launch Operations Training, CPO© / AFO© Instruction, Standard Operations Procedure (SOP) Development, Contractor Warranty Phase • For Asbestos testing - Some building materials may not be accessible or exposed due to renovation/modification activities that have occurred since the original building construction. CONSULTANT will not be held responsible for sampling, analysis, and subsequent identification of ACBMs that are not "reasonably accessible". For the purpose of this proposal, "reasonably accessible" includes, but is not limited to, "accessible without destruction of floors, walls, or hard ceilings, capable of sampling with hand tools, and reachable with a 16' extension ladder." • For Asbestos testing - Any large-scale destruction of walls or finishes in search of ACBMs will only be conducted by CONSULTANT at the direction of ARCHITECT/CITY, and only after written permission is granted. Additional Services Compensation — Per CITY's Agreement Authorization to Transfer CAD Files At the City's request, Architect will provide electronic files for City's convenience and use in the preparation of drawings, subject to the following terms and conditions: Electronic files are compatible with AutoCad Version 2016 or newer. Architect makes no representation as to the compatibility of these files with City's hardware or City's software beyond the specified release of the referenced specifications. Data contained on these electronic files are part of Architect's instruments of service and shall not be used by you or anyone else receiving these data through or from you for any purpose other than as a convenience to you or by other will be at City's sole risk and without liability or legal exposure to us. You agree to make no claim and hereby waive, to the fullest extent permitted by law, any claim or cause of action of any nature against us, Architect's officers, directors, employees, agents or sub - consultants that may arise out of or in connection with City's use of the electronic files. Furthermore, you shall, to the fullest extent permitted by law, indemnify and hold us and Architect's consultants harmless against all damages, liabilities or costs, including reasonable attorneys' fees and other defense costs, arising out of or resulting from City's use of these electronic files. These electronic files are not construction documents. Differences may exist between these electronic files and corresponding hard -copy construction documents. Architect makes no representation regarding the accuracy or completeness of the electronic files you receive. In the event that a conflict arises between the signed or sealed hard -copy construction documents prepared by Architect and the 63 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-482ACECB5559 Miami Beach 72nd Street Community Comple August 25, 2023 Page 64 electronic files, the signed or sealed hard -copy construction documents shall govern. The City is responsible for determining if any conflict exists. Because information presented on the electronic files can be modified, unintentionally or otherwise, Architect reserves the right to remove all indication of owrership and / or involvement from each electronic display. Architect will furnish you with the following drawing(s): CAD Base Pla-is for 30%, 60%, 90%, and 100% CDs. Under no circumstances shall delivery of the electronic files for use by you be deemed a sale by Architect, and Architect makes no warranties, either express or implied, or merchantability and fitness for any particular purpose. In no event shall Architect be liable for any loss of profit or any consequential damages as a result of City's use or reuse of these electronic files. Thanks for the opportunity to propose services for the City's project. Sincerely, Wannemacher Jensen Architects, Inc. Jason Jensen, AIA, LEED AP, Principal Pursuant to Florida State Statute SS8.003S, an individual employee or agent of the Design Professional may not be held individually liable for negligence. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECS5559 Contract no. 23-121.01 SCHEDULE A-1 SAMPLE CONSULTANT SERVICE ORDER (CSO) CnNS!1t. TANT SERVILE ORDER City awarded oonbntdr%g contract for k,E services fcr 3 project whose estimated cost of oonstmot-w Ices r->t exceed 34 mitron _ City awarded eonbn4irg contract for the stuo'y p1amnq activitJ or Other samces whose ccits am. estimated not to exCQM S!5Xp,000 City swafaed project -specific contracts not subject to C01fA III mA&tions for oortnci-j ocntracts a,.rr"m#gtnn :Sol[:t/MW.7lf uyluef lu xlnd ompr m!woo Ad 4W hfet,t —r 4krrw and r.aies .aurWdwl n Ma+adka tt reterempl!11•, .: - 1. Atl,el, t o ON 7nt Yw Ccrn.Alml Ccmulunl 'rW 9 Ish/ Witt. KW caawtum at.$ awl*'" I,he "KI *M 'el'tH 0n110Mtlrtt We nrkAwl horrrl Ir w rlr. tnr-^rin.,H I,, 'I—`.:^il All. dr..JJPy, h,41.1'tn.[nrr r#+,-I. I� ���.r'd twiew Hlal re.HAre 4':h41.W'ate' r:rn..T,h r:. Y,.•t':v Estimated cilendar days to cornplets, the work, Total arnount original C r l 1 Total amount All pieviousAmendments Account Code, ProjectAcmlr (requiredi Dept Clreotof 'e4t. reJ Procurement 4CM Leto Project Acrnin ny this C 30 to M ♦Nsd, and M rtt In" C04TWOMkl / C tlea "Ad s PNW4 0 onw for [tie C So. T" City MW nae be NOW Mr tllww Wing to NW sQtk taOthat Is not W" WA b s CIy 1/NW MKOW NOW. 37 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACECB5559 l onimel no. 23 1,'1-01 SCHEDULE A-2 CONSULTANT COMPENSATION FORM (SAMPLE) SAMPLE CONSULTANT COMPENSATION Schodulo of Payments for Additional Services A Tasks and dolivorahles as reflected on the Consultant Servlcu Ordor (CSO) Task 1 5 Task 2: S Task 3; 5 B Reimbursable Allowance (Not to Exceed). i 18 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-462ACECB5559 Comracl nu. 23 1.'' 1 -01 SCHEDULE B CONSULTAN T COMPENSATION SCHEDULE HE DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACECB5559 ' ~� c�.�tl�. �•_Fx �I. `�".'_'�I Ma I�r=~�1. ��_�. Y�_i.~�,I w... I r rTc DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEC85559 C ontruci no. 23.121 -01 SCHEDULE C_ HOURLY BILLING RATE SCHEDULE Project Executive/CEO $295.00 Principal $265.00 Studio Director $225.00 Senior Project Manager/Senior Architect $190.00 Project Manager/Architect $165.00 Registered Interior Designer $160.00 Architectural Associate $140.00 Interiors Associate $120.00 Administrative $90.00 40 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 DocuSign Envelope ID: 666A58C7-9142-484F-904F-4B2ACEG35559 SCHEDULE D CONSTRUCTION COST BUDGET Construction Cost: $70,000,000.00 41 Conuuct uu 21-I21-01 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DocuSign Envelope ID 666A58C7-9142-484F-904F-4B2ACEC85559 Comiact nu, 23-121-01 SCHEDULE E PROJECT SCHEDULE (TIMELINE) 4? DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 0muSign Envelope ID SWASBC1i1424UF-904FAR2ACEC85559 Task Task Name Curator'+ Star. Finish Predecesson Resource Hall Z 2023 HIM 1. 2024 Hayz 20M Hap 12MS _-0_.. MOde _ _ Names --I _ A_ A Q l A M 4 1 A S O N D 1 F 1 11 it Programming Phase 21 days Fri 9/1/Z3 Fri9/22A3 Note F Stakeholder Meetings & Programming 21 days Fri 9/1/23 Fri 9/22/23 3 r,q ,_ City Review 7 days Sat 9/23/23 Sat 9/30/23 2 Note A NoEOA 4 21 Traffic Engineering 81 days Fri 9/8,123 Tue 11/28/23 S )f Asbestos Testing / SUE / Survey / Geotech / Flow test 81 days Fri 9/8/23 Tue 11/28/23 6 2► Schematic Design (30% CO) / Entitlement Process 122 days sat 9/30/23 Tue 1/30/24 Note D ) �, 7 - Drawings Progress & Coordination 90 days Sat 9/30/23 Fri 12/29/23 3 6 Client Meetings (All Departments Required) 30 days Fri 11/24/23 Sun 12/24/23 Ate 9 Cost Estimate Review Submission 26 days Sun 12/31/23 Fri 1/26/24 City Review 30 days Sun 12/31/23 Tue 1/30/24 7 Note A NaaeA 11 Community Meetings (3 Public Meetings) 90 days Mon 1/1/24 Sun 3/31/24 12 ; Planning Board Submittal 90 days Mon 1/1/24 Sun 3/31/24 13 DRB Submittal 90 days Mon 1/1/24 Sun 3/31/24 14 Start Off -site Design 60 days Fri 11/3/23 Tue 1/2/24 aFs�ta•Fg is # FPL R.O.W. Coordination 200 days Fri 115/24 Tue 7/23/24 16 # Bay Harbor & Surfside Civil Coordination 200 days Fri 1/5/24 Tue 7/23/24 17 J0 FWC / CCCL Permit Submittal 180 days Wed 1/31/24 Mon 7/29/24 ... 18716 jt Design Development (60%CD) 133 days wed 1/31/24 Wed 6/12/24 6 Note D Drawings Progress & Coordination 90 days Wed 1/31/24 Tue 4/30/24 10 Note B R',i*S �3ii.aaa9} Notes 20 S AIPP Process start 90 days Fri 3/1/24 Thu 5/30/24 13 Note E � Note E 21 60%Cost Estimate Review Submission 43 days Wed 5/1/24 Thu 6/13/24 191 City Review 1S days Wed 5/1/24 Thu 5/16/24 19 Note A FW Note A 23 ff Off - Site Permiting 106 days Sat 2/3/24 Sun 5/19/24 lot Civil Assist CMAR with Bidding 45 days Tue 3/5/24 Fri 4/19/24 2S 1/ Tree Removal Permit Submittal 90 days Tue 3/5/24 Mon 6/3/24 1�1� 26 Public Works Submittal 90 days Tue 3/5/24 Mon 6/3/24 tst>• F 27 Miami -Dade Traffic Submittal 90 days Tue 3/5/24 Mon 6/3/24: ) 26 FDOT Submittal 120 days Sun S/26/24 Mon 9/23/24 pl�ly��rF 29 f1 DERM / WASA Permit Submittal 120 days Sun 5/26/24 Mon 9/23/24 XWOMMUNIL—.:- - 1 30 '110 y!• Construction Documents 90% 142 days Thu 6/13/24 Sat 11/2/24 18 Note D 31 )► Drawings Progress & Coordination 120 days Fri6/14/24 Sat 10/12/24 22 1' i 32 90 % Cost Estimate Submittal 21 days Sun 10/13/24 Sun I1/3/24 31 v 33 , City Review 7 days Sun 10/13/24 Sun 10/20/24 31 Note A Note A 31 �► Survey / Asbestos Report Update 30 days Mon 9/16/24 Wed 10/16/24 3S ,• }► City of Miami Beach 90% Permitting Submittal 120 days Sun 10/13/24 Mon 2110/25 Note C i Note 36 :� ,• jf Miami -Dade Permit Submittal 120 days Sun 10/13/24 Mon 2/10/25 Note C Note 37 ''# # Construction Documents 100% 60 days Mon 11/4/Z4 Fri 1/3/Zz 32 Note D 38 Drawings Progress & Coordination 30 days Tue 11/5/24 Thu 12/S/24 33 Ltf T.* p,G w Summary -'i Marwal Task r!1 sun,,* L Dead4n Project MIS 72ND STREET COM $pot i_x #,as. DuraoancNy `e F.mzn-only ] Pr.9— I Date Fri 8/25/23 sAitestene Irwctm Mdestone Manwl SummanRoaup T,,,k, MarMyl progress Summary r-1 I—T.- W-15umrt4ry ��i Extfmal Milesipu Page 1 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 Do Sign Elope lD 666A W7;142•4a4F MW.4B2ACECe5559 hD aa Task Tat Name Duration Start 'FMish Predecessors Resource Nag 2. 2M ,LY 1. 2WA Naa x 2a24 Hdt 1. 2M .Mode _. Names J A 1 O N D M—_L_1__11___1 O N D 1 F 39 A 100% Cast Estimate Submittal 30 days Thu 12/5/24 Sat 1/4/25 ! 40 , 3r City Review 30 days Thu 12/5/24 Sat 1/4/25 38 Note A i Noft A i Task Ompa SunwLry --- -� MorwI Ta,k Deadl,ne s Project MB 72NO STREET COM; Sgrt inacma Tak Dunw—q, Arsh-ony Progr— Date. Fn 8/25/23 ';, W-toro • Inacbue Miksmne Manual 5ur>,m nuBup Em-1 Ta,b Manwl prpq— sur — y I lr-i — S—m Manual su—, t--------i trumal Mi anR Page 2 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DJ Sgn Emeboe iD 8ii6AW-,.3142484F-904FJfi2ACECE5559 1 Programming Phase Start date will be adjusts as per NTP 3 City Review Note A Estimates duration for city Department Reviews. Any additional Review time will extend the overall project duration. 6 Schematic Design (30% CO) / Entitlement Process Note D 301% 60% 90`b and 100°, CO All durations include time for all deliverables including the cost estimate These tasks are not conside•ed complete unnl all the deliverables all completed 10 City Review Nute A Estimated ouration for city Department Reviews Any additional Review time will extend the overall protect duration. 18 Design Development (60% CD) Note D 30`+, 60% 9051r and 100 o CD All durations include time for all deliverables including the cost estimate. These tasks are not conswe,ed complete ur,:l all the deliverables all completed 19 Drawings Progress & Coordination Note 8 A1E is proceeding with fill%CD's during planning and ORB Approvals If extensive comments are received or resubmittal is reclu"d, the overall protect duration will he extended 20 AIPP Process start Note E Assume City Artist Selection process will be 1—ned to work with the 90 days 22 City Review Note A Estimated duration fur city Department Reviews. Any additional Review time will extend the overall protect duratori. 30 Construction Documents 90% Note D 30°*, ell% 90% and 1DO`x, CD All durations include time for all debverables nciudng the cost estimate. These tasks are not considered complete until all the cieliveraoles ail completed 33 City Review Note AEstimated duration for nrf Department Reviews. Any additional Review time will extend the overall protect duration 3S City of Miami Beach 90% Permitting Submfttal Note C Assume 120 Day City , County Review Period 36 Miami -Dade Permit Submittal Note C Assume 120 Day City / County Review Period 37 Construction Documents 100% Note D 30%. 60% 90% and IDO% CD. All durations include time for all deliverables ,ncludmg the cost estimate These tasks are not considered complete until all the celrveraoles all completed 40 City Review Note .A. Estimated duration for city Department Reviews. Any additional Review time will extend the overall protect duration. Page 3 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Contract no. 23-121-01 SCHEDULE F TRAVEL CITYWIDE PROCEDURE F1.20.02 43 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 � DATE ISSUED: Page: 1 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: FI 2U 0 2-1 ADMINISTRATIVE. ORDER OF AUGUST 2023 , THE CITY MANAGER SUBJECT TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT PURPOSE Each Cry official, employee or contracted consultant authorized to travel to attend a convention, conference, or meeting to conduct bona fide City business, which serves a direct, official and lawful purpose shall be reimbursed for reasonable and necessary expenses while attending such meeting or conducting such business per Resolution No. 2015-28902. Reasonable and necessary travel expenses such as flights, lodging, rental cars and conference registrations should be charged/paid for using City issued purchasing cards (P-cards) to minimize the need for employees to carry travel expenses. Miscellaneous expenses such as meals. tolls etc. should not be charged using a P-card but should be requested for reimbursement after travel is complete Doing so should avoid a situation where an employee has to pay the City for all or a portion of non -eligible travel expenses. If travel request is funded through a grant, the reimbursement amounts follow the terms of the grant Each authorized City employee driving their personal vehicle to conduct City business outside of their primarily location which serves a direct, official and lawful purpose shall be reimbursed for reasonable mileage, parking and tolls while attending such meetings or conducting such business. Those employees using City vehicles to conduct City business are also ertitled to reimbursement for tolls and parking if incurred APPLICABILITY This Order is applicable all City of Miami Beach employees reporting to the City Manage, PROCEDURES The conduct of City employees attending conventions, conferences, training programs. etc, while conducting official City business is a reflection of the quality of the City of Miami Beach government Therefore, all employees should conduct themselves in a professional manner 2 It employees use a City vehicle to travel for City purposes, employees need to know that driving a City issued vehicle to and from work and place of residence is more of -en than not considered driving outside the course and scope of employment pursuant to Florida Law. in the event a claim for damages is made against the City and/or employee due to a motor vehicle accident to and from work. the payment of damages and even itigation expenses, is most likely the responsibility of the employee 3 Employees will not be authorized to attend any convention, conference or training program, which requires being away overnight, or longer unless the trip has been previously authorized by the appropriate Assistant City Manager or the City Mar.ager for those departments directly reporting to the City Manager and funds are available in the adopted budget DocuSign Envelope ID. 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DATE ISSUED: Page: 2 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: i F1.20.02 ADMINISTRATIVE ORDER OF ' AUGUST 2023 1 I THE CITY MANAGER j SUBJECT TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT 4. Employees wishing to combine a vacation with a business trip must have the prior approval of the Department Director and the appropriate Assistant City Manager, or the City Manager for those direct reporting departments Employees traveling under such circumstances will be reimbursed at the common carrier fare to and from the destination city regardless of the mode of transportation Per diem costs will be In effect only during the actual period spent on official City business as any other expenses incurred outside of this approved period will be borne by the employee Furthermore, the employee will be charged leave time (var ation) for any work time -iiissed that was not approved as part of the business trip 5 No reimbursement will be authorized for the use of private vehicles on City business without approval of the Clty's Risk Manager in Mums, which requires the upload of proof of automobile insurance and a valid driver's license as required by State law. Use of a private vehicle will be denied if a. The driver of the vehicle and the vehicle itself are not insured for bodily injury and property damage and Personal Injury Protection (PIP) coverage as required by State law. AND b Adequate proof of such coverage is not submitted to and approved by the Risk Manager prior to departure. AND c Proof of a valid driver's license 6. Rental Vehicles. When a rental vehicle Is required, employees are required to utilize the State of Florida contract for rental vehicles. Approval must be received to utilize the rental reservation by the Risk Management Division via the estimated claim submittal in Munis To make a reservation contact https://www.carrental.com/abgPartners/sof/ The AWD# or BCD# will automatically populate once all fields are entered. A City issued employee ID s required at pick-up Luxury or premium vehicles are not allowed without prior approval of the City Manager. Any person who willfully makes and subscribes any travel claim which he/she does not believe to be true and correct as to every material matter, or who willfully aids or assists in, or procures counsels or advises the preparation or presentation under the provisions of this policy of a claim which Is fraudulent or is false as to any material matter. whether or not such falsity or fraud is with the knowledge or consent of the person authorized or required to present such claim. Is guilty of a misdemeanor of the second degree, punishable as provided In Florida Statute 775.082 or 775.083, Whoever shall receive an allowance or reimbursement by means of a false claim shall be civilly liable for the overpaid amount and subject to disciplinary action up -o and including termination DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 ADMINISTRATIVE ORDER OF THE CITY MANAGER TRANSPORTATION EXPENSES DATE ISSUED: Page 3 SEQUENCE DULY 1990 Of: 9 NUMBER: DATE UPDATED: F1.20.02 AUGUST 2023 __ _ SUBJECT TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPAR`MEN r 1 Except under unusual circumstances, the most economical and efficient method of transportation will be used with consideration of working time saved Employees should attempt to secure the lowest possible fare for transportation cost 2. All travel must be by a usually traveled route In case the employee travels by an indirect route for his or her own convenience, any extra costs shall be borne by the employee, and reimbursement for expenses shall be based only on such charges as would have been incurred by the usually traveled route. 3 Employees shall not be allowed mileage or transportation expense reimbursement when they are transported by another person or when another traveler who is entitled to mileage or transportation expense transports them. 4 When feasible and traveling within the State of Florida, use of City vehicles for travel is authorized City vehicles can be requested and utilized in accordance to the "City Vehicle Policy Travel for such purposes should be from the employee's designated place of work or City facility to the travel destination and back as any deviation will be considered outside the course and scope of employment pursuant to Florida Law and may result in the employee being responsible for any claims resulting from a motor vehicle accident Actual gasoline, tolls etc will be reimbursed by the City provided original paid receipts are submitted for approval The actual cost of traveling by public carrier (rail, bus, and airplane) will be paid to the employee, public carrier or travel agent However, the transportation cost in excess of tourist or coach airfare (round trip) or first class rail fare (round trip) is not authorized 6 Should an employee wish to use his/her own private vehicle advance approval must be received by the Department Director Employees can apply for reimbursement based on the IRS index mileage rate approved by Resolution 2015-28902 between points of origin and authorized destination but the total cost will not exceed the cost of the air tourist fare plus any normal shuttle fares from and to airports No more than one reimbursement payment shall be made per private vehicle regardless of the number of passengers. Actual miles traveled as taken from the vehicle odometer readings or mileage from Google Maps or equivalent printouts, etc , must be recorded on the Travel Expense Report The number of miles from the employee's home to their work location (roundtrip) should be deducted from the total reimbursable amount driven as determined by actual mileage or Google Maps or equivalent printouts unless travel originates from the work location excluding the employees non -workdays. 7 When employees use their private vehicles and receive a car allowance, reimbursement for expenditures related to the operation, maintenance and ownership of such private vehicles will not be allowed. DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DATE ISSUED: Page: 4 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: FI 20.02 ADMINISTRATIVE ORDER OF AUGUST 2023 1 HE CITY MANAGER SUBJECT: TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT Employees who receive a car allowance will not be paid mileage reimbursement for travel expenses Incurred while traveling on City ousiness within Miami -Dade and Broward Counties. Parking and tolls are reimbursable expenses for those employees with car allowances. regardless of destination 9 If an employee elects to rent a vehicle for approved travel, they must contact the City's approved vendor and prepare a rental agreement for the approved travel request, which will include insurance protection. Employees are not allowed to negotiate any changes to the terms and conditions of the rental agreement LODGING EXPENSES 1 Only hotel or motel expenses in or adjacent to the destination city will be allowed Under no circumstances are Airbnb or similar type lodging permitted 2 Pursuant to Florida Statutes Section 166.021(10)(b) and Resolution 2015-28902 of the City of Miami Beach, the maximum cost reimbursed to lodging will be the following City Officials and Employees: Reasonable conference rate or government single occupancy rate (double occupancy if more than one authorized City employee occupies the same room). Room tax applicable to this rate is permitted outside the State of Florida. Any exceptions would require the City Manager's approval Contracted Consultants The City will reimburse the actual rate, not to exceed the U.S General Service Administration (GSA) rates plus taxes for lodging unless approved by the City Manager in writing. Ra'es are changed annually effective October 1" and are located at the following wet; site http //www gsa gov/portal/category/100120 3 City employees traveling at the expense of the City are requested, when making hotel, common carrier reservation or renting automobiles. to inquire if a 'Government Rate" or any other discounts or special reduced rates are offered to City government employees Employees should carry the type of employment proof required to take advantage of reduced rates 4 Lodging will not be authorized for travel within Miami -Dade or Broward Counties unless authorized by the City Manager or his/her designee If the employee lives in Broward County lodging will not be allowed in the adjacent Palm Beach County unless authorized by the City Manager or his/her designee. The employee will be responsible for advising common carriers, hotels and car rental agencies in the State of Florida that the City is exempt from paying state sales tax. Documentary proof (City Sales Tax Exemption Form) is available in the Finance Department Employees must ensure that applicable receipts do not include state sales tax. In order to obtain this exemption for state sales tax. payment must be made by either City P-card or City check DocuSign Envelope ID:4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 ADMINISTRATIVE ORDER O THE CITY MANAGER MEAL EXPENSES DATE ISSUED: Page: 5 SEQUENCE I JULY 1990 Of: 9 NUMBER: DATE UPDATED: F1.20.02 F AUGUST 2_023 _ SUBJECT: TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT Pursuant to Florida Statutes Section 166.021(10) (b) and Resolution 2016-28902 of the City of Miami Beach reimbursement for meals will be on a per diem basis for full days of travel and on a meal by meal basis for partial days of travel and will be limited to the average meal cost as provided by the Runzheimer Meal - Lodging Cost Index for the destination city. This will be applicable for City officials. employees and contracted consultants For cites no: listed in the Index, the average meal cost of the nearest (same size) city which is listed in the Index will be the maximum amount reimbursed The City will authorize meals and lodging based on actual travel times/dates in relation to convening hours of a conference, meeting.. etc. Normally, the following rules will apply a Traveling on the day prior to the beginning date of a conference, meeting, etc., is authorized if it is not practical to leave and arrive on the day of and prior to the conference start time b Return - if adjourrment time or the availability of travel accommodations are such that it will not allow the employee to return until the next day, overnight lodging and breakfast will be allowed except during actual air travel time. c. While on a travel status, employees will receive reimbursement for meals based on the following schedule including a two-hour window prior to departure if traveling by plane DEPARTURE ARRIVAL Breakfast - Prior to 8:00am Prior to 12 00 noon Lunch - 8 01 am to 12.00 noon 12:01 pm to 6 00 pm Dinner - 12 01 pm to 6 00 pm 6 01 pm to Midnight 3 No reimbursement is authorized for meals consumed in the local area (Miaml-Dade and Broward Counties) unless approved by the City Manager. Travel to a destination via automobile that is outside the local area (Miami -Dade and Broward Counties) and requires an overnight accommodation will allow for meals 4 When registration fees include the cost of meals a -id of banquets, separately stated meal cost reimbursements will not be authorized Reasonable and justified travel from a nearby hotel to the conference location for nearby meals when not included in the conference will be reimbursable via taxi, uber. public transportation, etc.. Since meal expenses are :o be reimbursed to the traveler on a per -diem basis City P- cards are not permitted to be used for meal purchases, unless approved by the City Manager. MILEAGE, PARKING AND TOLLS 1 The authorized City employee must either record their personal vehicle's beginning and ending odometer readings while conducting approved City business or use Google Maps or equivalent to show the number of miles driven from the starting location to the ending DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DATE ISSUED: Page: 6 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: F1.20.02 ADMINISTRATIVE ORDER OF A� UGUST 2023 THE CITY MANAGER SUBJECT TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: I-INANCE DEPARTMENT location The mileage reimbursement rate is based on the IRS index approved by Resolution 2015-28902 and is listed on the City's website located on the City Intranet The IRS reimbursement rate is changed annually effective January 1s1 2. If any of the approved local business travel occurs during the employee s normal working hours and he/she coes not visit their normal place of business, then the number of miles from their home to their work address should be deducted from the total reimbursable amount driven as determined by actual mileage or Google Maps printouts, etc. 3 Any related parking and/or toll expenditures incurred must be substantiated with the received receipts 4 The City's Risk Manager must approve travel In Munis if a personal vehicle or rental vehicle is in use 5. If the total reimbursable amount for Mileage is less than $50, then the monies may be paid through the City's Cashier Office utilizing the City's Petty Cash Voucher. Otherwise, the originating department processes the direct payment electronically and scans the form and supporting documents into the City's accounts payable system, which will be circulated electronically for payment approval Either way, the appropriate division/department's general ledger accounts should be debited. MISCELLANEOUS EXPENSES The following miscellaneous expenses are authorized and all but metered parking must be supported with original paid receipts in order to be reimbursed. a Actual taxi. bus. or airport shuttle fares from and to the airport, bus, or train terminals are permitted at actual cost plus tip. b Parking fees. c. Tolls d. Rental car expenses will be allowed when public transportation Is not available In the destination city or it Is the best interest of the City Rental cars should be appropriately sized for the number of travelers e Registration fees will be based on actual registration charges When pre- registration is required. the fee may be charged to the City, provided that proper approval has been obtained for the trip. f Baggage Charges Miscellaneous expenses such as tips (except for meals) may be claimed for reimbursement provided they are all reasonable and necessary for the employee Valet service. laundry service, alcoholic beverages and side trips will not be reimbursed by the City and will be at the sole cost of the employee. DocuSign Envelope ID4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 UowSign Envelope lU 9513U149-2228-41 UU•AF I 1-063E31 B1:21-80 DATE ISSUED: Page: 7 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: —� FI 20,02 ADMINISTRATIVE ORDER OF AUGUST 2023 T HE CITY MANAGER SUBJECT' TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT TRAVEL REQUEST PROCEDURE 1 For each trip. the employee must enter and submit for workflow approval an electronic employee expense claim estimate prior to initiating all travel and attach applicable conference/convention registration or transportation supporting documentation. 2 If a private vehicle is being used, the employee must include a justification statement in the electronic employee expense claim and attach a copy of the Request for Vehicle Insurance Approval Form approved by the Risk Manager 3 The amount of the hotel rate will be limited to the allowable rate under 'Lodging Expenses' number 2 Room taxes for this rate for out of state travel may be added to the rate 4 The amount of per diem meal expenses will be limited to the average meal costs (including tip) as provided by the Runzheimer Meal — Lodging Cost Index for the destination city. 5. Requests for advance payments to be made directly to a hotel, airline, travel agent, registration for conferences, etc , should also be listed on the electronic employer -- expense claim estimate. These can be paid by a City p-card or City check after final approval is obtained. (see step 10 below) 6 No advances for per diem meals or other incidentals will be permitted unless approved by the City Manager. 7 The Department Director must approve the electronic employee expense claim estimate prior to sending the workflow approval and supporting documentation to the Office of Management and Budget 8 The electronic employee expense claim estimate and supporting documentation must be submitted to Office of Management and Budget for review and approval at least two weeks in advance of the scheduled departure date, if possible unless such advance notice cannot be given due to the nature of the trip. 9 After review and approva; by the Office of Management and Budget, the electronic employee expense claim estimate and documents are forwarded for approval to the applicable Assistant City Manager or the City Manager for those departments directly reporting to the City Manager 10 After review and approval by the applicable Assistant City Manager or City Manager, the electronic employee expense claim estimate and documents are forwarded back to the originating department DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 UocuSign Lnvelope II.) 9513014J-2228-41UU-Ar 1 /-WA-31E31;2F8U ADMINISTRATIVE ORDER OF THE CITY MANAGER DATE ISSUED: Page: 8 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: F1 20 02 AUGUST 2023 SUBJECT: TRAVEL ON CITY BUSINESS i RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT 11 The originating department may pay any advance payments by a City P-card In accordance with the City's P-card guidelines. If an actual City check is required, then the originating department processes the direct payment electronically and sends the form via email to payables a mlamibeachfl.gov. 12 The originating department will provide one copy of the approved Travel Request Form to the employee and file the remaining copy TRAVEL REIMBURSEMENT PROCEDURE Within five (5) days after return, the employee shall complete the electronic expense claim and attach hotel, transportation. registration and all other paid receipts to the report. 2 Receipts are not necessary for metered parking, or tips. However. credit card statements should be provided to show amounts wher possible 3 Previously issued checks and City P-card charges shall be deducted from the electronic expense claim before submitting for final approval. A comment must be Includec with P- card transaction date or check number. 4 One copy of the originating department's previously approved Travel Request Form will be attached to the Travel Expense Report Any employee expense claim transactions paid with another form of payment (e.g P- card, check) that are no longer due to the employee. shall be deleted from the employee expense claim before submitting for final approval. The Department Director must review and sign (approve) the Travel Expenses Report. It the actual expenses exceeded the amount estimated on the Travel Request Form by 10%, then justification must be documented on the Travel Request Report and approved by the Department Director 7 To request payment, the originating department processes a final release of the Electronic employee expense clalrn and supporting documents Any balance due to employees is processed by the City Finance Department Accounts Payable Division 8 When received electronically, the Finance Department will review the documents for sufficiency, and if the documentation is deficient. then the Item will be returned to the originating department for resolution; otherwise a final check will be issued. 9 Any employee expense claims with zero balances due to employees must be deleted from the system to release encumbrances Before the clairn Is deleted. employees must save or print the claim approvals in order for it to be Included with the actual expense payment made with a City P-card or City Check DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 UocuStgn Envelope ID: 9513D149-2228-41DD-AF17-063E3iHG2FBD DATE ISSUED: Page: 9 SEQUENCE JULY 1990 Of: 9 NUMBER: DATE UPDATED: F1.20 02 ADMINISTRATIVE ORDER OF AUGUST 2023 THE CITY MANAGER SUBJECT: TRAVEL ON CITY BUSINESS RESPONSIBLE DEPARTMENT: FINANCE DEPARTMENT EXPIRATION This order shall remain in effect until further notice. PrW by: Y4iMal Officer Reviewed by: rDocuSigned I "ra>",c, A 046 skWO-vf Tvt3"WA €l'M and Budget Director OftuMVed by: &-V(,A Q i 'Rftburces Director DocuSigmd by. tlon Officer Approved . , r F/9 / Z3 City Ma r Date DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 ATTACHMENT A RESOLUTION & COMMISSION AWARD MEMO DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 RESOLUTION NO. 2023-32559 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST FOR QUALIFICATIONS NO. 2023-121-ND, FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72NO STREET COMMUNITY COMPLEX; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WANNEMACHER JENSEN ARCHITECTS, INC., AS THE TOP -RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH WANNEMACHER JENSEN ARCHITECTS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARQUITECTONICA INTERNATIONAL CORPORATION, AS THE SECOND -RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH ARQUITECTONICA INTERNATIONAL CORPORATION, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, LLC, AS THE THIRD -RANKED PROPOSER; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS. WHEREAS, on December 14, 2022, the Mayor and City Commission approved the issuance of the Request for Qualifications (RFQ) No. 2023-121-ND for Architectural Design Services for the 72"d Street Community Complex; and WHEREAS, Request for Qualifications No. 2023-121-ND (the "RFQ") was released on December 16, 2022; and WHEREAS, a voluntary pre -proposal meeting was held on January 5, 2023; and WHEREAS, on February 3, 2023, the City received six (6) proposals from Arquitectonica International Corporation, BEA Architects, Inc., Mobio Architecture, Inc., Wannemacher Jensen Architects, Inc., and Zyscovich, LLC; and WHEREAS, on February 7, 2023, the City Manager, via Letter to Commission No. 056- 2023, appointed an Evaluation Committee consisting of the following individuals.. Monica Beltran, Director, Parking Department; Cynthia Casanova, Assistant Director, Parks and Recreation Department; David Gomez, Division Director, Office of Capital Improvement Projects; Maria Hernandez, General Obligation Bond Program Director, Office of the City Manager; Ronnie Issenberg, Member, Ad Hoc North Beach CRA Advisory Committee; Carolina Jones, Member, Parks and Recreation Advisory Committee; and Rogelio Madan, Deputy Director, Planning and Zoning Department.; and WHEREAS, the Evaluation Committee convened on March 6, 2023, to review and score the proposals; and WHEREAS, the Evaluation Committee received an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 WHEREAS, the Evaluation Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Evaluation Committee process resulted in the ranking of proposers as follows: Wannemacher Jensen Architects, Inc., as the top -ranked proposer; Arquitectonica International Corporation, as the second -ranked proposer; Zyscovich, LLC, as the third -ranked proposer; BEA Architects, Inc., as the fourth -ranked proposer; and Mobio Architecture, Inc.; as the fifth -ranked proposer; and; WHEREAS, after reviewing all of the submissions and the Evaluation Committee's rankings and analysis, the City Manager concurs with the Evaluation Committee and recommends that the Mayor and City Commission authorize the Administration to enter into negotiations with Wannemacher Jensen Architects, Inc., as the top -ranked proposer; further, if the Administration is not successful in negotiating an agreement with Wannemacher Jensen Architects, Inc., authorizing the Administration to enter into negotiations with Arquitectonica International Corporation, as the second -ranked proposer; further if the Administration is not successful in negotiating an agreement with Arquitectonica International Corporation, authorizing the Administration to enter into negotiations with Zyscovich, LLC, as the third -ranked proposer; and further authorizing the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. 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, pursuant to Request for Qualifications (RFQ) No. 2023-121-ND for Architectural Design Services for the 72"d Street Community Complex; authorize the Administration to enter into negotiations with Wannemacher Jensen Architects, Inc., as the top -ranked proposer; further, if the Administration is not successful in negotiating an agreement with Wannemacher Jensen Architects, Inc., authorize the Administration to enter into negotiations with Arquitectonica International Corporation, as the second -ranked proposer; further, if the Administration is not successful in negotiating an agreement with Arquitectonica International Corporation, authorize the Administration to enter into negotiations with Zyscovich, LLC, as the third -ranked proposer; and further authorize the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this a8 day of n r 2 23. Dan Gelber, Mayor ATTES MAY a 2 2023 Rafael E. 6ranado, City Clerk APPROVED AS TO tINCORP 0UTED; = FORM &LANGUAGE & FOR EXECUTION Cf{ 2 i u d 3—i3—�3 City Attorney Date DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Competitive Bid Reports - C2 C MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: March 27, 2023 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST FOR QUALIFICATIONS NO. 2023-121-ND, FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72 STREET COMMUNITY COMPLEX; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WANNEMACHER JENSEN ARCHITECTS, INC., AS THE TOP -RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH WANNEMACHER JENSEN ARCHITECTS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARQUITECTONICA INTERNATIONAL CORPORATION, AS THE SECOND -RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH ARQUITECTONICA INTERNATIONAL CORPORATION, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, LLC, AS THE THIRD -RANKED PROPOSER; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS. RECOMMENDATION It is recommended -that the Mayor and City Commission approve the Resolution accepting the City Manager's recommendation pertaining to the proposals received, pursuant to RFQ 2023- 121-ND, for architectural design services for the 72nd Street Community Complex, and authorize the Administration to enter into negotiations with Wannemacher Jensen Architects, Inc., as the top -ranked proposer; and, if not successful in negotiating an agreement with Wannemacher Jensen Architects, I nc., authorizing the Administration to enter into negotiations with Arquitectonica Intemational Corporation, as the second -ranked proposer; and, if not successful in negotiating an agreement with Arquitectonica International Corporation, authorizing the Administration to enter into negotiations with Zyscovich, LLC, as the third -ranked proposer. The Resolution also authorizes the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations. The solicitation is currently under the cone of silence. Page 38 of 1292 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F49lB5lB8544 'BACKGROUNWHISTORY On November 6, 2018, Miami Beach residents approved a ballot measure, which authorized the issuance of a general obligation bond (G.O. Bond) for, among other projects, the 72nd Street Community Complex. A total project budget of $99,707,262 has been identified, utilizing various funding sources, including $53.8 million of general obligation bonds, for the design, permitting, and construction. The Project includes a multi -level mixed -use parking garage requiring the program components of a 500-space parking structure, a rooftop competition pool with support amenities, a multi -purpose warm-up pool, 5,000-10,000 SF Miami -Dade County library, a commercial/retail space, a 7,500 SF fitness center, a community center, an active green space, and a jogging path. On June 24, 2020, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP) 2020-180-ND for design/build services for the 72nd Street Community Complex. After unsuccessful negotiations with the first and second -ranked firms, on October 26, 2022, the City Commission rejected all the proposals and terminated the RFP process. The City Commission also directed the Administration to prepare a new competitive solicitation for architectural design services for the project. ANALYSIS On December 14, 2022, the Mayor and the City Commission authorized the issuance of Request for Qualifications (RFQ) No. 2023-121-ND, for architectural design services for the 72nd Street Community Complex. On December 16, 2022, the RFQ was issued. A voluntary pre -proposal conference to provide information to proposers submitting a response was held on January 5, 2023. Three (3) addenda were issued. The Procurement Department issued bid notices to 35,817 companies through the e-procurement system, with 129 prospective bidders accessing the advertised solicitation. RFQ responses were due and received on February 3, 2023. The City received a total of five (5) proposals from the following firms: Arquitectonica I ntemational Corporation B EA Architects, Inc. Mob io Architecture, Inc. Wannemacher Jensen Architects, Inc. Zyschovich, LLC On February 7, 2023, the City Manager appointed the Evaluation Committee via LTC # 056- 2023. The Evaluation Committee convened on March 6, 2023, to consider the proposals received. The Committee was comprised of Monica Beltran, Director, Parking Department; Cynthia Casanova, Assistant Director, Parks and Recreation Department; David Gomez, Division Director, Office of Capital Improvement Projects; Maria Hernandez, General Obligation Bond Program Director, Office of the City Manager; Ronnie Issenberg, Member, Ad Hoc North Beach CRAAdvisory Committee; Carolina Jones, Member, Parks and Recreation Advisory Committee; and Rogelio Madan, Deputy Director, Planning and Zoning Department. 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 with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A, with the top three firms as follows. 1st ranked — Wannemacher Jensen Architects, Inc. Page 39 of 1292 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 2nd ranked — Arquitectonica I ntemational Corporation 3rd ranked — Zyschovich, LLC A summary of each top -ranked firm based on information provided in the proposals follows. Wannemacher Jensen Architects Inc, Founded in St. Petersburg, Florida, in 1992, Wannemacher Jensen Architects (WJA) is an interdisciplinary architecture firm that designs and creates engaging spaces for working, living, learning, and playing. The firm has a broad range of experience across an array of project types and disciplines for private, municipal, and non-profit clients. WJA's capabilities expand beyond architecture to include comprehensive master planning, interior design, and design -build construction. Throughout its years in business, the firm has completed over 250 public projects for more than 25 different municipalities throughout the State of Florida on various project types, including Fire & Police Stations, City Halls, Recreation Centers and Parks, and Government Offices and Service Centers. The firm's work has received numerous industry design awards and has been recognized in various international publications for innovative recreation design. WJA was selected in July 2019 to be the architectural firm that designs the Fire Station Number 1 facility, G.O. Bond Project No. 45. Arquitectonica I ntemational Corporation Arquitectonica I ntemational Corporation (Arquitectonica) was founded in 1977 and has since received international acclaim for its designs. Arquitectonica focuses on ecologically sensitive yet commercially viable designs and is widely recognized for its ability to create unique forms of memorable imagery in close harmony with the environment. It is the largest architecture firm in Miami, with more than 160 local architects, planners, interior designers, and landscape architects. Zyscovich, LLC According to the information provided by the firm, Zyscovich, Inc. is a world -class, 120+ person integrated planning, architecture, and interior design firm headquartered in Miami that has been known since 1977 for its award -winning master plans and urban designs. For over 40 years, the firm has created unique, forward -thinking designs and placemaking interventions resulting in transformative and visionary projects that stimulate and attract high -quality redevelopment while protecting neighborhoods. The American Planning Association and the American Institute of Architects have recognized the team's level of dedication and expertise. SUPPORTING SURVEY DATA Results from the 2019 resident survey show that 80% of residents are satisfied or very satisfied with living in North Beach. In order to continue to improve the satisfaction of these residents, the City intends to contract with an architectural firm to design the 72nd Street Community Complex. This firm will provide the North Beach residents with a multi -level mixed - use parking garage. FINANCIAL INFORMATION In accordance with Florida law, the scope of work and the fees will be negotiated with the selected firms in order of rank. It is not anticipated that grant funding will be utilized for this project. The architectural and design services for the scope of work included in this RFQ will be funded by the 72nd Street Community Complex GO Bond Project. Page 40 of 1292 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 Amount(s)/Account(s): 391-0820-061357-26-410-546-00-00-00-21719 $ 6,300,000 490-0820-061357-26-418-528-00-00-00-22150 $ 2,700,000 The 72nd Community Complex total approved project budget is $99,707,262, including an estimate of $9 Million for the architectural and design services fees for the project. The final design fees are subject to negotiations with the selected firms in order of rank. CONCLUSION After reviewing all of the submissions and the Evaluation Committee's rankings and commentary, I find Wannemacher Jensen Architects, Inc. (WJA) to be the well qualified to provide the architectural design services for the project. WJA is a nationally recognized, award - winning firm specializing in designing public/civic facilities. WJA has led the design efforts on some of Florida's most forward -thinking municipal projects, including the Madeira Beach City Centre, winning the highest award for the 2016 AIA Tampa Bay Awards, and The Largo Community Center, the first Community Center in the nation to earn LEED Platinum certification. WJA believes that the team it has put together for this project will bring innovative ways of mitigating the previous design -build process budget difficulties and deliver a project that meets the design quality expected by the community within the established project budget. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Wannemacher Jensen Architects, Inc., as the top -ranked proposer; further, if the Administration is not successful in negotiating an agreement with Wannemacher Jensen Architects, I nc., authorizing the Administration to enter into negotiations with Arquitectonica I ntemational Corporation, as the second -ranked proposer; further, if the Administration is not successful in negotiating an agreement with Arquitectonica International Corporation, authorizing the Administration to enter into negotiations with Zyschovich, LLC, as the third -ranked proposer; and further authorizing the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. Applicable Area North Beach Is this a "Residents Right Does this item utilize G.O. to Know" item,pursuant to Bond Funds? City Code Section 2-14? Yes Yes Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 41 of 1292 '�e�e��■�e�e�e���e���■ewwwe■��set�� Page 42 of 1292 A DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Competitive Bid Reports - C2 A MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Alina T. Hudak, City Manager DATE: April 28, 2023 SUBJECT: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST FOR QUALIFICATIONS NO. 2023-121-ND, FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72 STREET COMMUNITY COMPLEX; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WANNEMACHER JENSEN ARCHITECTS, INC., AS THE TOP -RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH WANNEMACHER JENSEN ARCHITECTS, INC., AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ARQUITECTONICA INTERNATIONAL CORPORATION, AS THE SECOND -RANKED PROPOSER; FURTHER, IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH ARQUITECTONICA INTERNATIONAL CORPORATION, AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ZYSCOVICH, LLC, AS THE THIRD -RANKED PROPOSER; AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN AGREEMENT UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS. RECOMMENDATION It is recommended that the Mayor and City Commission approve the Resolution accepting the City Manager's recommendation pertaining to the proposals received, pursuant to RFQ 2023- 121-ND, for architectural design services for the 72nd Street Community Complex, and authorize the Administration to enter into negotiations with Wannemacher Jensen Architects,. Inc., as the top -ranked proposer; and, if not successful in negotiating an agreement with Wannemacher Jensen Architects, I nc., authorizing the Administration to enter into negotiations with Arquitectonica I ntemational Corporation, as the second -ranked proposer; and, if not successful in negotiating an agreement with Arquitectonica I ntemational Corporation, authorizing the Administration to enter into negotiations with Zyscovich, LLC, as the third -ranked proposer. The Resolution also authorizes the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations. The solicitation is currently under the cone of silence. Page 24 of 991 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491B51B8544 BACKGROUNDIHISTORY On November 6, 2018, Miami Beach residents approved a ballot measure, which authorized the issuance of a general obligation bond (G.O. Bond) for, among other projects, the 72nd Street Community Complex. A total project budget of $99,707,262 has been identified, utilizing various funding sources, including $53.8 million of general obligation bonds, for the design, permitting, and construction. The Project includes a multi -level mixed -use parking garage requiring the program components of a 500-space parking structure, a rooftop competition pool with support amenities, a multi -purpose warm-up pool, 5,000 - 10,000 SF Miami -Dade County library, a commercial/retail space, a 7,500 SF fitness center, a community center, an active green space, and a jogging path. On June 24, 2020, the Mayor and City Commission authorized the issuance of Request for Proposals (RF P) 2020-180-ND for design/build services for the 72nd Street Community Complex. After unsuccessful negotiations with the first and second -ranked firms, on October 26, 2022, the City Commission rejected all the proposals and terminated the RFP process. The City Commission also directed the Administration to prepare a new competitive solicitation for architectural design services for the project. ANALYSIS On December 14, 2022, the Mayor and the City Commission authorized the issuance of Request for Qualifications (RFQ) No. 2023-121-ND, for architectural design services for the 72nd Street Community Complex. On December 16, 2022, the RFQ was issued. A voluntary pre -proposal conference to provide information to proposers submitting a response was held on January 5, 2023. Three (3) addenda were issued. The Procurement Department issued bid notices to 35,817 companies through the e-procurement system, with 129 prospective bidders accessing the advertised solicitation. RFQ responses were due and received on February 3, 2023. The City received a total of five (5) proposals from the following firms: Arquitectonica I ntemational Corporation B EA Architects, Inc. Mobio Architecture, Inc. Wannemacher Jensen Architects, Inc. Zyschovich, LLC On February 7, 2023, the City Manager appointed the Evaluation Committee via LTC # 056- 2023. The Evaluation Committee convened on March 6, 2023, to consider the proposals received. The Committee was comprised of Monica Beltran, Director, Parking Department; Cynthia Casanova, Assistant Director, Parks and Recreation Department; David Gomez, Division Director, Office of Capital Improvement Projects; Maria Hernandez, General Obligation Bond Program Director, Office of the City Manager, Ronnie Issenberg, Member, Ad Hoc North Beach CRA Advisory Committee; Carolina Jones, Member, Parks and Recreation Advisory Committee; and Rogelio Madan, Deputy Director, Planning and Zoning Department. 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 with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A, with the top three firms as follows. 1 st ranked — Wannemacher Jensen Architects, I nc. Page 25 of 991 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 2"d ranked — Arquitectonica I ntemational Corporation 3rd ranked — Zyschovich, LLC A summary of each top -ranked firm based on information provided in the proposals follows. Wannemacher Jensen Architects, Inc. Founded in St. Petersburg, Florida, in 1992-„ Wannemacher Jensen Architects (WJA) is an interdisciplinary architecture firm that designs and creates engaging spaces for working, living, leaming, and playing. The firm has a broad range of experience across an array of project types and disciplines for private, municipal, and non-profit clients. WJA's capabilities expand beyond architecture to include comprehensive master planning, interior design, and design -build construction. Throughout its years in business, the firm has completed over 250 public projects for more than 25 different municipalities throughout the State of Florida on various project types, including Fire & Police Stations, City Halls, Recreation Centers and Parks, and Government Offices and Service Centers. The firm's work has received numerous industry design awards and has been recognized in various international publications for innovative recreation design. WJA was selected in July 2019 to be the architectural firm that designs the Fire Station Number 1 facility, G.O. Bond Project No. 45. Air uitectonica International Co orb Arquitectonica I ntemational Corporation (Arquitectonica) was founded in 1977 and has since received international acclaim for its designs. Arquitectonica focuses on ecologically sensitive yet commercially viable designs and is widely recognized for its ability to create unique forms of memorable imagery in close harmony with the environment. It is the largest architecture firm in Miami, with more than 160 local architects, planners, interior designers, and landscape architects. Zyscovich LLC According to the information provided by the firm, Zyscovich, Inc. is a world -class, 120+ person integrated planning, architecture, and interior design firm headquartered in Miami that has been known since 1977 for its award -winning master plans and urban designs. For over 40 years, the firm has created unique, forward -thinking designs and placemaking interventions resulting in transformative and visionary projects that stimulate and attract high -quality redevelopment while protecting neighborhoods. The American Planning Association and the American I nstitute of Architects have recognized the team's level of dedication and expertise. SUPPORTING SURVEY DATA Results from the 2019 resident survey show that 80% of residents are satisfied or very satisfied with living in North Beach. In order to continue to improve the satisfaction of these residents, the City intends to contract with an architectural firm to design the 72110 Street Community Complex. This firm will provide the North Beach residents with a multi -level mixed - use parking garage. FINANCIAL_ INFORMATION In accordance with Florida law, the scope of work and the fees will be negotiated with the selected firms in order of rank. It is not anticipated that grant funding will be utilized for this project. The architectural and design services for the scope of work included in this RFQ will be funded by the 72nd Street Community Complex GO Bond Project. Page 26 of 991 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Amounts)/Account(s): 391-0820-061357-26410-546-00-00-00-21719 $ 6,300,000 490-0820-061357-26-418-528-00-00-00-22150 $ 2,700,000 The 72nd Conynunity Complex total approved project budget is $99,707,262, including an estimate of $9 Million for the architectural and design services fees for the project. The final design fees are subject to negotiations with'the selected firms in order of rank. After reviewing all of the submissions and the Evaluation Committee's rankings and commentary, I find Wannemacher Jensen Architects, Inc. (WJA) to be the well qualified to provide the architectural design services for the project. WJA is a nationally recognized, award - winning firm specializing in designing public/civic facilities. WJA has led the design efforts on some of Florida's most forward -thinking municipal projects, including the Madeira Beach City Centre, winning the highest award for the 2016 AIA Tampa Bay Awards, and The Largo Community Center, the first Community Center in the nation to earn LEED Platinum certification. WJA believes that the team it has put together for this project will bring innovative ways of mitigating the previous design -build process budget difficulties and deliver a project that meets the design quality expected by the community within the established project budget. For the reasons stated herein, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with Wannemacher Jensen Architects, Inc., as the top -ranked proposer, further, if the Administration is not successful in negotiating an agreement with Wannemacher Jensen Architects, I nc., authorizing the Administration to enter into negotiations with Arquitectonica I ntemational Corporation, as the second -ranked proposer; further, if the Administration is not successful in negotiating an agreement with Arquitectonica International Corporation, authorizing the Administration to enter into negotiations with Zyschovich, LLC, as the third -ranked proposer, and further authorizing the City Manager and City Clerk to execute an agreement upon conclusion of successful negotiations by the Administration. Applicable Area North Beach Is this a "Residents Right to Know" item, pursuant to City Code Section 2-14? Yes Does this item utilize G.O. Bond Funds? Yes Legislative Tracking Capital Improvement Projects/Procurement ATTACHMENTS: Description ❑ Attachment A ❑ Resolution Page 27 of 991 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 m Page 28 of 991 -4 7 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 l_�. l> LL�1; Lei I � ► r i �3 ADDENDUM AND RFQ SOLICITATION DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO. 3 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT February 2, 2023 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). CLARIFICATION: Builders Risk Insurance is not applicable to the services being sought in this RFQ. 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 Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadelgado@miamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. rely KrW Bada Procurement Contracting Manager ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4A06ACD9-6l3A8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3m Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO.2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT January 27, 2023 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). ATTACHMENTS ATTACHMENT A: Appendix C, Insurance Requirements ATTACHMENT B: Pre -Proposal Sign -in Sheet ATTACHMENT C: Revised Section 0300, Proposal Submittal Instructions and Format II. RESPONSES TO QUESTIONS RECEIVED: Q1: Can you provide the list of firms that submitted in 2020 and the firm that the city attempted to negotiate with? Al: The prior solicitation consisted of two phases. The following firms submitted a proposal for Phase I: ANF Group, Inc., Balfour Beatty Construction, LLC, Kaufman Lynn Construction, Inc., KVC Constructors, Inc., NV2A Group, LLC, PCL Construction Services, Inc., and The Haskell Company. Kaufman Lynn Construction, Inc, PCL Construction Services, Inc., and The Haskell Company were shortlisted and considered in Phase II of the evaluation process. The City attempted to negotiate with The Haskell Company. Q2: In the City's 2020 design/build solicitation for this project, "relevant experience" projects were not restricted to "the last ten (10) years". For this current architectural design services solicitation, would the City consider removing the 10 year' restriction or expanding the eligibility timeframe to 15" or "18" years? A2: Please refer to Attachment C, Revised Section 0300, Proposal Submittal Instructions and Format. Q3: To allow proposers adequate time to react to the upcoming answers provided by upcoming addenda, would the City consider extending the "Responses Due" January 30th date to a later date? A3: Please refer to Addendum No.1. Q4: Can you please confirm that the VBE Preference will only be applied to a team if the prime consultant is certified? A4: VBE preference will only be applied to a team if the prime consultant is certified. ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfi.gov Q5: We are in the process of renewing our Certificate of Status and our Annual Report is due in April. How will the City confirm that we hold an "Architect Business" certification from the State of Florida, Division of Business and Professional Regulations? A5: The proposer must be listed on the State of Florida, Division of Business and Professional Regulations website as an active "Architect Business" certification. Q6: Will the firm be considered if it has the required program components across a number of projects but not all of the program components in a single project? Meaning, if a single project doesn't have all of the program components required but is satisfied with other project experiences. Or does each firm's experience have to include all program components in each relevant project? A6: The proposing firm can demonstrate experience for the program components in a single project or across several projects as long as the proposing firm demonstrates expertise in developing a high -profile, design -centric multi -level mixed -use parking structure with over 300 parking spaces. Q7: Can you provide any schedule parameters to guide Tab 8 Section 4? A7: The schedule shall depict activities required to complete design and permitting, including stakeholder reviews. Q8: If our submission includes an associate architect firm, should their team experience and qualifications also be included in Tab 3? If not, where should we include this information? A& Include the experience and qualifications of the associate firm in Tab 3. Q9: Can the Bid Submittal Questionnaire be edited to acknowledge additional addenda after initial submission? We plan to submit the questionnaire as soon as possible to gain access to the Line Items, but we understand that all addenda must be acknowledged in the questionnaire. A9: A proposer may submit a modified Bid Submittal Questionnaire to replace all or any portion of a previously submitted Bid Submittal Questionnaire until the deadline for proposal submittals. The City will only consider the latest version of the questionnaire. Q10: Can we utilize someone from the City of Miami Beach as a reference? A10: Yes. Q11: In addition to separately uploading each section/tab of our response independently through the line items tab, should we include a full pdf response that includes all the sections in one pdf? All: No, a complete pdf response that includes all sections of the pdf is not to be uploaded. The individual documents uploaded to each Tab constitute the complete proposal. 2 1 ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q12: Tab 3 states that we should provide project description, and agency reference for each project submitted (among other things)? Is this for the projects listed on the team resumes? Al2: Yes, as it relates to each team member's experience with the design of the programming components of the Project. Q13: Tab 1, item 1.2 requests evidence that the proposing firm or its principals have at least 5 years of professional or urban design experience, It requests us to submit projects as evidence and to provide min experience requirements. The next section Tab 2 Experience and Qualifications, also requests project examples just with a bit more details. Are we allowed to repeat the same projects, or is the intention for us to repeat the same projects? Al 3: The same project experience can be used for Tab 1 and Tab 2. Q14: Item 4, page 3 of the solicitation states, "The selected Consultant must be an Architect and the team shall provide, as needed, architectural, structural engineering, civil engineering, M.E.P. engineering, aquatic consultant, landscape architecture, traffic engineering, parking studies, construction cost estimating, surveying, and geotechnical services for the Project" In the current proposal format it only provides additional tabs (Tab 4 -6) for the Aquatic Consultant, Structural Engineer, and Resiliency and LEED consultant. Should we provide quals for the additional consultants, MEP, Civil, Landscape, Traffic, GEO, and Cost Estimating? If so, under what tab? A14: Yes. Provide qualifications for the additional consultants in Tab 3 Experience & Qualifications Proposer's Team Q15: Please upload the list of attendees of today's preproposal meeting at your earliest. A15: Please refer to Attachment B, Pre -Proposal Sign -In Sheet. Q16: Is this RFQ exclusive to Dade Firms? A16: No. Q17: Is there a CBE % that needs to be met? A17: There is no CBE requirement. If your question is related to SBE, there is no set percentage to be met. Q18: Please specify if there is a minimum level of LEED certification that the project needs to meet. A18: The Project must be designed to comply with LEED Gold standards. ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72NN STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachf.gov Q19: The minimum experience requirement for the Proposing Firm includes three (3) "completed projects" and requests a list of permits "applied for and obtained". Considering that a project under construction requires that the design has been completed and permits have been obtained, can a project under construction be considered "completed" for the purposed of the RFQ response? A19: For the purpose of this RFQ, a completed project is defined as substantially completed. Q20: Are the insurance requirements as stipulated in the Sample Contract or will they be changed by Addendum as indicated on Appendix C? A20: Please refer to Attachment A, Appendix C, Insurance Requirements. Q21: Can we get a 1 week extension to submit proposals? A21: See response to Q3 above. Q22: Is the city still moratorium on products purchased from North Carolina? A22: No. Q23: Tab 2, Experience & Qualifications of the Proposing Firm, states that for each project submitted we have to identify the list of permits that were applied and obtained for. Usually, Architects do not submit for permitting as this is something that the Contractor does. Can you please confirm if this still applies to architectural firms to submit? A23: Please refer to Attachment C, Revised Section 0300, Proposal Submittal Instructions and Format. Q24: Under Tab 2 Experience and Qualifications of the Proposing Firm, we have to identify "year(s) and term of engagement". Can you please specify what does the City mean by term of engagement? A24: Term of engagement means identifying the entire period it took or will take for the project to be completed. Q25: In reference to the online BID CERTIFICATION FORM in Periscope/Bidsync that must be completed in order to have access to the rest of the online forms to be completed and submitted, we have the following question: Regarding SECTION 5 - REFERENCES AND PAST PERFORMANCE. Does the Project/Client to reference here have to be a fully completed project? Can it be a project Under Construction? We have one(1) project we would like to include here that is permitted and under construction that contains many of the program requirements in your SOW, The other 2 we will include in this section have been completed and are in occupancy. Could you please confirm if we could include the same in this section? A25: The references included in Section 5 of the bid certification form can be projects under construction. ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Q26: The RFQ states that total project construction cost is estimated at $70,000,000.00. There are articles published in the media that state that the project budget is $84,000,000.00. Please clarify what the construction budget is and if it includes furniture, finishes and equipment (F.F.&E.). A26: The estimated construction budget, including F.F.& E., is $70,000,000.00. Q27: The 2018 General Obligation Bond allocated $53.8 million for this project. Can the City please publish the description of the project that was included with the bond? This will assist architects in correlating the budget with the program. A27: Please refer to HOME - G.O. Miami Beach (gombinfo.com) for a description of the project that was included with the bond. Q28: Tab 7 mentions submitting detailed information on the best practices of historic preservation - is this applicable? A28: Historic preservation does not apply to the Project. Q29: Tab 8 Item 6 list supplier diversity, is there a required participation percentage? Or is this just encouraged? A29: There is no required participation percentage. Q30: Who should the Letter of Intent be directed to and what address should we include in the Heading/Salutation? A30: Please direct the cover letter to the procurement contact. Refer to Section 0100, Instructions to Respondents & General Conditions Subsection 6. The cover letter need not include an address since it will be uploaded to Tab/Line Item 1, in Periscope. Q31: I am requesting submitted RFPs for both Phase I and Phase II from the past solicitation: Request for Proposals (RFP) 2020-180-ND for Design/Build Services for the 72nd Street Community Complex. A31: The proposals for Phase I can be found at: 2020-180-ND Proposals Phase I. The proposals for Phase II can be found at: Tab 7 Proposals 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 Rafael Granadogmiamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext. 26263 natal iadel adoPmiamibeachfl. gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3m Floor Miami Beach, Florida 33139 www.miamibeachf.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. KrW Bada Procurement Contracting Manager REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMIBEACH EXHIBIT A PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31d Floor Miami Beach, Florida 33139 www.miamibeachfl.gov Appendix C, Insurance Requirements 7 1 ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 INSURANCE REQUIREMENTS The Contractor shall maintain and require that their subcontractors maintain the below required insurance in effect prior to awarding the contract and for the duration of the contract. The maintenance of proper insurance coverage is a material element of the contract and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the contract. A. Workers' Compensation Insurance for all employees of the Contractor as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Contractor be exempt from this Statute, the Contractor and each employee shall hold the City harmless from any injury incurred during performance of the Contract. The exempt contractor shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Insurance on an occurrence basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project or the general aggregate limit shall be twice the required occurrence limit. C. Automobile Liability Insurance covering any automobile, if Contractor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $2,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. E. Builders Risk Insurance utilizing an "All Risk" coverage form, with limits equal to the completed value of the project and no coinsurance penalty. (City of Miami Beach shall be named as a Loss Payee on this policy, as its interest may appear. This policy shall remain in force until acceptance of the project by the City.) Umbrella Liability Insurance in an amount no less than $10,000,000 per occurrence. The umbrella coverage must be as broad as the primary General Liability coverage. G. Contractors' Pollution Legal Liability (if project involves environmental hazards), with limits no less than $1,000,000 per occurrence or claim, and $2,000,000 policy aggregate. Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the contractor including materials, parts, or equipment furnished in connection with such work DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the contractor's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation — Contractor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers — Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage — Contractor shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Contractor's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 4668 — ECM #35050 New York, NY 10163-4668 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates-miamibeach@riskworks.com Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the Contractor of his liability and obligation under this section or under any other section of this agreement. DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3,d Floor Miami Beach, Florida 33139 www.miamibeachf.gov EXHIBIT B Pre -Proposal Sign -in Sheet 8 ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH CITY OF MIAMI BEACH PRE -BID MEETING SIGN -IN SHEET January 5, 2023 flThursday, 9:OOAM BID NO. AND RFQ2023-121-ND ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGADO@MIAMIBEACH FL.GOV 305-673-7000X6263 BRIAN PRESTON MANAGING PRINCIPAL WALKER CONSULTANTS SPRESTON@WALKERCONSULTANTS.COM 813.440.4883 MARKSANTOS DIRECTOR OF OPERATIONS MSANTOS@WALKERCONSULTANTS.COM 786.208.0891 MELVEN ANTENCIO DIRECTOR OF MARKETING ACAI ASSOCIATES, INC. MATE NCIO@AECMWORLD.COM 954 484 4000 ADOLFO COTILLA ADOLFO@AECMWORLD.COM TOM DECKER VICE PRESIDENT ARQUITECTONICA TDECKER@ARQUITECTONICA.COM 305.372.1812; ext. 1073 CHRISTIAN LUZ ASSOCIATE VICE PRESIDENT DESMAN CLUZ@DESMAN.COM 954.526.6464 DOUGLAS WOOD PRINCIPAL DOUGLAS WOOD DWOOD@O-N.COM 30S46i-3450, Ex1. 300 EDDIESEYMOUR PRINCIPAL & FOUNDER FLUX ARCHITECTS EDDIE@THEFLUXARCHITECTS.COM 561.531.0131 LESLIE JENKINS DIRECTOR OF MARKETING FXCOLLABORATIVE ARCHITECTS UENKINS@FXCOLLA BORATIVE.COM 1 646 292 8194 MELYNDACORDES HAMMOND AND ASSOCIATES melyndac@hammondenRineers.com 954-240-0927 TOM GREEN DIRECTOR OF MUNICIPAL SERVICES KEITH TEAM t¢reen@keithteam.com 954.788.3400 EDUIL MONTES DE OCA MATEU ARCHITECTURE em@mateu.co 305-233-3304 KATHIE BRENNAN ASSOCIATE/BUSINESS DEVELOPMENT MILLER LEGG KBRENNAN@MILLERLEGG.COM (954) 628-3688 JILL KLASKIN PRESS CONSULTANT CMB JILLPRESS@MIAMIBEACH FL.GOV 305-458-6339 CAROLINA RAMIREZ DIRECTOR OF BUSINESS DEVELOPMENT PGAL CRAMIREZ@PGAL.COM (786) 512-9632 CHRISTINA CERRONE BUSINESS DEVELOPMENT RECREATIONAL DESIGN & CONSTRUCTION, INC. CCERRONE@RDCDESIGNBUILD.COM 954-263-1861 LUKE CERRONE ARCHITECTURAL DESIGNER ERIC STEINMETZ CHIEF ESTIMATOR KYLA REDMOND PROJECT ENGINEER PJ GUMBE MARKETING COORDINATOR Synalovski RomanikSaye Pjgumbe@synalovski.com 954.961.6806 MAEGAN GEE MARKETING COORDINATOR TLC ENGINEERING SOLUTIONS maezan.zee@tic-ene.com Suria Yaffar ZYSCOVICH 813.526.7760 Mario Suaraz I Ahmed Alvarez Louise Ellrod IBUSINESS DEVELOPMENT DIRECTOR ILELLROD2ZYSCOVICH DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH EXHIBIT B PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 uwwv.miamibeachf.gov Revised Section 0300, Proposal Submittal Instructions and Format 9 ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO, 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72No STREET COMMUNITY COMPLEX PROJECT DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below, Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfullx Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2Ggperiscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue, It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non -responsiveness. Non -responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Failure to comply with the Minimum Experience Requirement (See Tab 1) 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non -responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non -responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items' attachment tab in Periscope S2G. DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH Cover Letter & Table of Contents 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs, sections within tabs and page numbers to facilitate the evaluation committee's review. 1.2 Minimum Experience Requirement. Provide evidence that the proposing firm or its principals has at least five years of professional or urban design experience. For each project that the Proposer submits as evidence of the minimum experience requirement for the firm and/or any principal, the following is required: o project name and location. o project description. o dates of project start and completion. o client contact, contact telephone & email. For each project, identify whether the experience is for the firm or for a principal (include name of Experience & Qualifications of the Proposing Firm Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services as identified in this solicitation, including experience in providing similar scope of services. For experience in the last ten (10) years, submit at least two (2) completed projects that demonstrate expertise in the development of high - profile, design -centric multi -level mixed -use parking structure with over 300 parking spaces, and at least three (3) completed projects which illustrate familiarity or expertise with all or some of the following aspects: competition pool with support amenities, multi -purpose pool, institutional library, commercial/retail, 7,500 SF fitness center, 5,000 SF community center, 60,000 SF of active green space and jogging path For each project, identify whether the experience is for the firm or for a principal (include name of principal) include: o project name and location, o project description, including the scope of services, and the role of the firm and members of the project team, o date of project completion, o awarded contract amount for the design portion, o experience identifying project permit requirements, o agency/client contact, o contact telephone & email, and o year(s) and term of engagement. Experience & Qualifications Proposer's Team Qualifications of Proposer Team. Provide an organizational chart of all the prime proposer's personnel, each team member's qualifications, and each team member's role in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. Include specific information regarding each team member's experience with the design of the programming DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH components of projects that have been completed or under construction, such as a multi -level mixed -use parking structure with over 300 parking spaces, competition pool with support amenities, multi -purpose pool, municipal/governmental library, commercial/retail, 7,500 SF fitness center, 5,000 SF community center, 60,000 SF of active green space and jogging path. For each project submitted as proof of experience, submit: 1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4) prime proposer's role in project, Aauatic Consultant EXperience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. 2. Relevant Experience: In the last fifteen (15) years, summarize (3) of the company's most similar design for projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with the following aspects: aquatic facilities, competition pool with support amenities, multi -purpose pool. For each project include: a. Project name and location b. Project description C. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail Structural En ineer Experience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and other information communicating capabilities and experience. 2. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287,055, Florida Statues, the Consultants Competitive Negotiations Act (CCNA), 3, Relevant Experience: In the last fifteen (15) years, summarize (3) of the company's most similar design projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with a diverse background in mixed -use complex building projects, including mixed -use parking structures with over 300 parking spaces. For each project, include: a. Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information(including address, telephone number and e-mail address). Resiliency and LEED Consultant(s) Experience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and other information communicating capabilities and experience. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH Relevant Experience: In the last ten (10) years, summarize (3) of the company's most similar design projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with the design and permitting of following aspects: retention and treatment of stormwater, on -site stormwater management systems including any proposed drainage well system(s), and LEED certified projects. For each project include: a, Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail add Best Practices Submit detailed information on the best practices in architecture, urban design, historic preservation, or other best practices relating to multi -purpose facilities, such as the current project that the proposer and its team have utilized on previous engagements. and Methodol Submit detailed information on the approach and methodology that the proposer and its team have utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to, its approach and methodology to the following areas of work: 1. Project Budget. Describe how the proposer will assure that the project is able to be completed within the stated budget. 2. Stakeholder input. Describe how the proposer will manage stakeholder participation. Define the groups of stakeholders to whom the proposer intends to perform outreach. 3. Resiliency, Describe how proposer has maximized resiliency standards and measures in past projects. 4. Project Schedule. Provide a preliminary schedule for the design phase, including Design Review Board approval. 5. List of required permits and how the requirements impact the project. 6. Supplier Diversity. Describe how the proposer will make efforts to include participation by small/disadvantaged business enterprises, LGBT businesses, and veteran -owned businesses. DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully, Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2GPperiscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non -responsiveness. Non -responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 2. Failure to comply with the Minimum Experience Requirement (See Tab 1) 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non -responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements. Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non -responsive. 4. ELECTRONIC PROPOSAL FORMAT, In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH Cover Letter & Table of Contents 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs, sections within tabs and page numbers to facilitate the evaluation committee's review. 1.2 Minimum Experience Requirement. Provide evidence that the proposing firm or its principals has at least five years of professional or urban design experience. For each project that the Proposer submits as evidence of the minimum experience requirement for the firm and/or any principal, the following is required: o project name and location. o project description. o dates of project start and completion. o client contact, contact telephone & email. For each project, identify whether the experience is for the firm or for a princip (include name of Experience & Qualifications of the Proposing Firm Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services as identified in this solicitation, including experience in providing similar scope of services. For experience in the last ten (10) years, submit at least two (2) completed projects that demonstrate expertise in the development of high - profile, design -centric multi -level mixed -use parking structure with over 300 parking spaces, and at least three (3) completed projects which illustrate familiarity or expertise with all or some of the following aspects: competition pool with support amenities, multi -purpose pool, institutional library, commercial/retail, 7,500 SF fitness center, 5,000 SF community center, 60,000 SF of active green space and jogging path For each project, identify whether the experience is for the firm or for a principal (include name of principal) include: o project name and location, o project description, including the scope of services, and the role of the firm and members of the project team, o date of project completion, o awarded contract amount for the design portion, o experience identifying project permit requirements, o agency/client contact, o contact telephone & email, and o year(s) and term of engagement. Ex erience & Qualifications Proposer's Team Qualifications of Proposer Team. Provide an organizational chart of all the prime proposer's personnel, each team member's qualifications, and each team member's role in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. Include specific information regarding each team member's experience with the design of the programming DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH components of projects that have been completed or under construction, such as a multi -level mixed -use parking structure with over 300 parking spaces, competition pool with support amenities, multi -purpose pool, municipal/governmental library, commercial/retail, 7,500 SF fitness center, 5,000 SF community center, 60,000 SF of active green space and jogging path. For each project submitted as proof of experience, submit: 1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4) prime proposer's role in project. Aouatic Consultant Experience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. 2. Relevant Experience: In the last fifteen (15) years, summarize (3) of the company's most similar design for projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with the following aspects: aquatic facilities, competition pool with support amenities, multi -purpose pool. For each project include: a. Project name and location b. Project description C. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail Structural Engineer Experience & Qualifications 712sirpess,snIOL lificationf Firm. Describe experience and qualifications in providing the services detailed herein. many Information: Provide background information, including company history, years in mber of employees, and other information communicating capabilities and experience. 2. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287.055, Florida Statues, the Consultants Competitive Negotiations Act (CCNA). 3. Relevant Experience: In the last fifteen (15) years, summarize (3) of the company's most similar design projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with a diverse background in mixed -use complex building projects, including mixed -use parking structures with over 300 parking spaces. For each project, include: a. Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e, Reference contact information (including address, telephone number and e-mail address). : Resiliency and LEED Consultant(s) Experience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and other information communicating capabilities and experience, DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH 2. Relevant Experience: In the last ten (10) years, summarize (3) of the company's most similar design projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with the design and permitting of following aspects: retention and treatment of stormwater, on -site stormwater management systems including any proposed drainage well system(s), and LEED certified projects. For each project include: a, Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail address). Best Practices Submit detailed information on the best practices in architecture, urban design, historic preservation, or other best practices relating to multi -purpose facilities, such as the current project that the proposer and its team have utilized on previous engagements. :: Approach and Methodology Submit detailed information on the approach and methodology that the proposer and its team have utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to, its approach and methodology to the following areas of work: 1. Project Budget. Describe how the proposer will assure that the project is able to be completed within the stated budget. 2. Stakeholder input. Describe how the proposer will manage stakeholder participation. Define the groups of stakeholders to whom the proposer intends to perform outreach. 3. Resiliency. Describe how proposer has maximized resiliency standards and measures in past projects. 4. Project Schedule. Provide a preliminary schedule for the design phase, including Design Review Board approval. 5. List of required permits and how the requirements impact the project. 6. Supplier Diversity. Describe how the proposer will make efforts to include participation by small/disadvantaged business enterprises, LGBT businesses, and veteran -owned businesses. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIANIIBEACH CITY OF MIAMI BEACH PRE -BID MEETING SIGN -IN SHEET DATE: IThursday, January 5, 2023 TIME: 9:OOAM BID NO. AND TITLE: RFQ 2023-121-ND ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT NAME NATALIA DELGADO fill[ CONTRACTING OFFICER ((IMPAN,' CMB Email NATALIADELGADO@MIAMIBEACH FL.GOV PHONE 305-673-7000X6263 BRIAN PRESTON MANAGING PRINCIPAL WALKER CONSULTANTS BPRESTON@WALKERCONSULTANTS.COM 813.440.4883 786.208.0891 MARK SANTOS DIRECTOR OF OPERATIONS NISANT056DWALKERCONSULTANTS.COM MELVEN ANTENCIO DIRECTOR OF MARKETING ACAI ASSOCIATES, INC. MATENCIO@AECMWORLD.COM 954 484 4000 ADOLFO COTILLA ADOLFO@AECMWORLD.COM TOM DECKER VICE PRESIDENT ARQUITECTONICA TDECKER@ARQUITECTONICA.COM 305.372.1812 ext. 1073 CHRISTIAN LUZ ASSOCIATE VICE PRESIDENT IDESMAN CLUZ@DESMAN.COM 954.526.6464 DOUGLAS WOOD PRINCIPAL DOUGLAS WOOD DWOOD@o-N.COM 305-461-3450, Ext. 300 EDDIE SEYMOUR PRINCIPAL & FOUNDER FLUX ARCHITECTS EDDIE@THEFLUXARCHITECTS.COM 561.531.0131 LESLIE JENKINS DIRECTOR OF MARKETING FXCOLLABORATIVE ARCHITECTS UENKINS@FXCOLLABORATIVE.COM 1 646 292 8194 El M ELYN DA CORDES HAMMOND AND ASSOCIATES melvndac@hammondeneineers.com 954-240-0927 TOM GREEN DIRECTOR OF MUNICIPAL SERVICES KEITH TEAM t¢reen@keithteam.com 954.788.3400 EDUIL MONTES DE OCA MATEU ARCHITECTURE em@mateu.co 305-233-3304 KATHIE BRENNAN ASSOCIATE/BUSINESS DEVELOPMENT MILLER LEGG KBRENNAN@MILLERLEGG.COM (954) 628-3688 JILLKLASKIN PRESS CONSULTANT CMB 11LLPRESS@MIAMIBEACH FL.GOV 305-458-6339 CAROLINA RAMIREZ DIRECTOR OF BUSINESS DEVELOPMENT PGAL CRAM IREZ@PGAL.COM (786) 512-9632 CHRISTINA CERRONE BUSINESS DEVELOPMENT RECREATIONAL DESIGN & CONSTRUCTION, INC. CCERRONE@RDCDESIGNBUILD.COM 954-263-1861 LUKE CERRONE ARCHITECTURAL DESIGNER ERIC STEINMETZ CHIEF ESTIMATOR KYLA REDMOND PROJECT ENGINEER PJ GUMBE MARKETING COORDINATOR Synalovski RomanikSaye Pjgumbe@synalovski.com 954.961.6806 MAEGAN GEE MARKETING COORDINATOR TLC ENGINEERING SOLUTIONS mae¢an.¢ee@tic-en¢.com Suria Yaffar ZYSCOVICH 813.526.7760 Mario Suaraz Ahmed Alvarez Louise Ellrod BUSINESS DEVELOPMENT DIRECTOR LELLROD@ZYSCOVICH DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMIBEACH Procurement Department 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139 www,miamibeachfl,gov ADDENDUM NO. 1 REQUEST FOR QUALIFICATIONS NO. 2023-121-ND FOR ARCHITECTURAL DESIGN SERVICES FOR THE 72ND STREET COMMUNITY COMPLEX PROJECT January 23, 2023 This Addendum to the above -referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). RFQ DUE DATE AND TIME. The deadline for receipt of electronic submittals through Periscope S2G is extended until 3:00 p.m., Friday, February 3, 2023. All proposals received and time -stamped through PeriscopeS2G, prior to the proposal submittal deadline shall be accepted as timely submitted. Proposals cannot be submitted after the deadline established for receipt of proposals. Hard copy proposals or proposals received electronically, either through email or facsimile, submitted prior to or after the deadline for receipt of proposals are not acceptable and will be rejected, Late bids cannot be submitted, bidders are cautioned to plan sufficiently. The City will in no way be responsible for delays caused by technical difficulty or caused by any other occurrence. PUBLIC BID OPENING Dial -In Instructions: • Dial the Telephone Number: +1 786-636-1480 • Enter the Conference ID No: 103 064 785# Tojoin on your computer or mobile app Click here to join the meeting A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadogmiamibeachfl.Qov Contact: Telephone: 1 Email: Natalia Delgado 305-673-7000 ext. 26263 nataliadel adoOmiamibeachfl. ov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Sincerely, Natalia Delgado Procurement Contracting Officer III RFQ No. 2023-121-ND Addendum #1 1 /23/2023 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH Request for Qualifications (RFQ) 2023-121-N D Architectural Design Services for the 72nd Street Community Complex Project SOLICITATION SECTIONS: 0100 INSTRUCTIONS TO RESPONDENTS 0200 GENERAL CONDITIONS 0300 PROPOSAL SUBMITTAL INSTRUCTIONS & FORMAT 0400 PROPOSAL EVALUATION APPENDICES: APPENDIX A SPECIAL CONDITIONS APPENDIX B SAMPLE CONTRACT APPENDIX C INSURANCE REQUIREMENTS DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-A0D5-F491 B51 B8544 MIAMI BEACH SECTION 0100 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City'), as the means for prospective Proposers to submit proposals for the City's consideration in evaluating qualifications to select a firm with whom it may negotiate an agreement for the purpose noted herein, The City utilizes Periscope S2G (formally known as BidSync) (www.periscopeholdings.com or www.bidsync.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ, Any prospective Proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. BACKGROUND. On November 6, 2018, Miami Beach residents approved a ballot measure, which authorized the issuance of a general obligation bond (G,O. Bond) for the design, permitting, installation, and construction of the 72nd Street Community Complex. On June 24, 2020, the Mayor and City Commission authorized the issuance of Request for Proposals (RFP) 2020- 180-ND for Design/Build Services for the 72nd Street Community Complex. After receiving the proposals and unsuccessful negotiations, the city rejected all the proposals on the 26'h of October, 2022. 3. PURPOSE. The purpose of this RFQ is to select a firm for architectural design services for the 72nd Street Community Complex Project that will provide complete design, permitting, community outreach participation, and construction documents. The Project is located in the City of Miami Beach and encompasses the entire block bordered to the north and south by 73rd and 72nd Streets, Collins Avenue to the east, and Harding Avenue to the west Parking Lot 92 (P92). A total project construction cost is estimated at $70,000,000. The intent of this RFQ is to receive statements of qualifications, in accordance with Section 287.055, Florida Statues, in order to evaluate and select the consultant deemed to be most qualified for the project, At this time, the City is not requesting scope proposals or preliminary designs for this project through the RFQ process, Similarly, design criteria packages, basis of design, prior design -build proposals, or any other design -related document utilized during the prior design -build solicitation process for the 72nd Street Community Center (the "Prior Design -Build Procurement Process") shall have no bearing and shall not be considered during this RFQ process. Only the bidder's qualifications related to projects that are completed or under construction shall be considered during this RFQ process. Accordingly, firms that participated in the Prior Design -Build Procurement Process will not be precluded from participating in this RFQ. However, references related to projects that are not built or not under construction, including without limitation the project contemplated by the Prior Design -Build Procurement Process, shall not be considered as project experience. 4. STATEMENT OF WORK REQUIRED. The City seeks Proposals from professional architectural firms with proven experience in developing similar designs of comparable size and scope for a mixed -used multi -level parking structure. The Project includes a multi -level mixed -use parking garage requiring the program components of: DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH • 500-space parking structure, • 50-meter competition pool with support amenities, • 25-meter multi -purpose pool, 5,000 SF to 10,000 SF Miami -Dade County library, • 5,000 SF commercial/retail, 7, 500 SF fitness center, • 5,000 SF community center, • 60,000 SF of active green space, and ajogging path. Provisions shall be made to restore all construction and landscaping disrupted as a part of the proposed construction The successful firm shall have the technical expertise to conduct the Design, Bid and Award, and Construction Administration Services for the associated design and construction contract documents that will allow the City of Miami Beach to advertise, bid and award a contract for the construction services. The selected Consultant shall integrate materials and methods that promote environmental quality, economic vitality, operational efficiency, and social benefit through the construction and operation of the built environment in accordance with the City's Sustainability and Resiliency initiatives and standards, The selected Consultant must be an Architect and the team shall provide, as needed, architectural, structural engineering, civil engineering, M.E.P. engineering, aquatic consultant, landscape architecture, traffic engineering, parking studies, construction cost estimating, surveying, and geotechnical services for the Project. The work shall include, but not be limited to, conceptual drawings, surveying, geotechnical, design development, estimates of probable construction cost, construction documents, phasing and implementation plans, material selection and specifications, construction staging planning, scheduling, maintenance of traffic planning, permitting, bidding/award, and construction administration services for the Project. Plans shall include all necessary drawings and technical specifications needed to construct the improvements and shall have defining documentation of what is authorized and approved. The selected Consultant shall perform all utility coordination, obtain permits, advise of all fees associated with all site, utilities, etc. work, prepare presentation materials to illustrate the final design, and participate in public outreach and regulatory agency review meetings. The selected firm shall be tasked with, but not limited to, the following duties and responsibilities: • Design Services: 1. The purpose of this task is the preparation of contract documents for the Project, including but not limited to: o Drawings, specifications, and front-end documents in compliance with City standards and as reviewed and approved by the City. o Establish requirements with regard to constructability and value engineering reviews. o Preparation of Statements of Probable Construction Costs by the Consultant as defined by the American Association of Cost Engineers, at each phase of design. o Selected Consultant shall become familiar with the submittal and review processes for each agency with jurisdiction, including Florida Department of Transportation (FDOT), and shall schedule submittals to avoid any delays in the project. o Prepare submittal and obtain approval from Design Review Board. o Incorporate revisions or comments to the contract documents based upon input received during the DRB meetings, submittal reviews, regulatory reviews, community meeting, or jurisdictional reviews. o Review contract documents with jurisdictional permitting agencies prior to finalization, The Consultant will be required to prepare construction and permit documents for the design and DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH construction of the proposed scope in compliance with: Conceptual Design, Submittals, consisting of plans, specifications, front-end documents, calculations, and construction cost estimates, shall be provided at 30%, 60%, 90%, and 100% completion for review and approval by the City. 3, The selected firm shall be required to perform a variety of forensic tasks to verify existing conditions and the accuracy of any available as -built drawings, surveys, and maps to be used for the development of the contract drawings, including, but not limited to: o Verify As -built records. o Document existing conditions. o Establish record drawings and pertinent information. 4. The Consultant shall establish and maintain an in-house Quality Assurance/Quality Control (QA/QC) program to verify and ensure its contract documents' quality, clarity, completeness, and constructability. In addition, the selected firm shall follow City standards for preparing contract documents, including drawings, specifications, front-end documents, and cost estimates at 30%, 60%, 90%, and 100% completion for review and approval by the City. Presentation formats for review submittals shall be prepared for the City's Design Review Board (DRB) at 30% (Design Development Phase) completion stage in order to meet DRB deadlines and meeting schedules. Contract documents shall be subject to constructability and value engineering reviews by City and/or others, 5. The selected firm shall meet the established project budgets at all design phases and, if needed, will redesign and/or revise/adjust project scope as may be deemed necessary to meet established project budgets. 6. The Consultant will be required to incorporate Art in accordance with the Art in Public Places (AIPP) City of Miami Beach Ordinance. 7. The selected firm shall also attend and participate in community design presentation/review meetings. 8. The selected firm shall be responsible for securing all required regulatory approvals of its contract documents from all applicable jurisdictional agencies and boards and will be responsible for initiating submittals and reviews in a timely manner. • Bid and Award Services: 1. The selected firm shall assist the City in the bidding and award of the project. Such assistance shall include preparing documents required for Bid issuance, attending the pre -bid conference(s), preparing necessary contract addenda, attending bid opening(s) where applicable, and evaluating bids received. 2. The selected firm shall provide updated Bid documents, as may be required, for use during construction. • Construction Administration Services: The selected firm shall perform various tasks associated with the administration of the construction contract and construction management of the project. These shall include attendance at preconstruction meeting(s), attendance at weekly construction/progress meetings, preparing a record of all meetings, responding to contractor's Request for Information (RFI), responding to, and evaluating contractor's requests for Change Orders (RCO), issuing contract amendments as -needed, review of shop drawings and submittals, review of record drawings, review, and certification of contractor applications for payment, specialty site visits, project closeout reviews, including substantial completion, creation and tracking of final punch list, certification of final completion and acceptance, and warranty submittal reviews. 4.1 Licensure. Consultant shall hold an "Architect Business" certification from the State of Florida, Division of Business and Professional Regulations 5. ANTICIPATED RFQ TIMETABLE. The tentative schedule for this solicitation is as follows: RFQ Issued December 16, 2022 Pre -Proposal Meeting January 5, 2023 @ 9:00 a.m. ET Join on your computer or mobile app Click here to join the meeting Or call in audio only) DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH +1 786-636-1480 United States, Miami Phone Conference ID: 721 307 028# Deadline for Receipt of Questions January 12, 2023 @ 5:00 p.m. ET Responses Due January 30, 2023 @ 3:00 p.m. ET To join on your computer or mobile app Click here to join the meeting Or call in (audio only) (1) Dial the TELEPHONE NUMBER: 1 786-636-1480 (Toll -free North America) (2) Enter the MEETING NUMBER 103 064 785# Evaluation Committee Review TBD Tentative Commission Approval TBD Contract Negotiations Following Commission Approval 6. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Natalia Deloado 305-673-7000 x26263 Natalia DeloadogmiamibeachFl. The Proposal title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date proposals are due as scheduled in Section 0100-5. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 7. PRE -PROPOSAL MEETING OR SITE VISIT(S). A pre -proposal meeting or site visit(s) may be scheduled. Attendance for the pre -proposal meeting shall be via web conference and recommended as a source of information but is not mandatory. Proposers interested in participating in the Pre -Proposal Meeting must follow these steps: Join on your computer or mobile app Click here to ioin the meetina Or call in (audio only) +1 786-636-1480 United States, Miami Phone Conference ID: 721 307 028# Proposers who are participating should send an email to the contact person listed in this RFQ expressing their intent to participate. 8. PRE -PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre - submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through Periscope S2G. Any prospective proposer who has received this RFQ by any means other than through Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH 9. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 10. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub -consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). 11. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 12.DETERMINATION OF AWARD. The City Manager may appoint an evaluation committee to assist in the evaluation of proposals received. The evaluation committee is advisory only to the city manager. The city manager may consider the information provided by the evaluation committee process and/or may utilize other information deemed relevant. The City Manager's recommendation need not be consistent with the information provided by the evaluation committee process and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3) The character, integrity, reputation, judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5) The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Manager may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 13. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 14. E-VERIFY. As a contractor you are obligated to comply with the provisions of Section 448.095, Fla, Stat., "Employment Eligibility." Therefore, you shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term, DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH 15. PERISCOPE S2G (FORMERLY BIDSYNC). The Procurement Department utilizes Periscope S2G, Supplier -to - Government electronic bidding (e-Bid) platform. If you would like to be notified of available competitive solicitations released by the City you must register and complete your vendor qualifications through Periscope S2G, Supplier -to - Government www.bidsync.com/Miami-Beach. Registration is easy and will only take a few minutes. For detailed instructions on how to register, complete vendor qualifications and submit electronic bids visit https://www.miamibeachfl.g_ov/city-hall/procuremenUfor-approval-how-to-become-a-vendor/. Should you have any questions regarding this system or registration, please visit the above link or contact Periscope S2G, Supplier -to -Government at support@bidsync.com or 800.990.9339, option 1, option 1. 16. HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE NSS). In addition to registering with Periscope S2G, the City encourages vendors to register with our online Vendor Self- Service web page, allowing City vendors to easily update contacts, attachments (W-9), and commodity information. The Vendor Self -Service (VSS) webpage (https://selfservice.miamibeachfl.gov/vssNendors/default.aspx) will also provide you with purchase orders and payment information. Should you have any questions and/or comments, do not hesitate to submit them to vendorsupportgmiamibeachfl.gov 17. SUPPLIER DIVERSITY. In an effort to increase the number and diversity of supplier options in the procurement of goods and services, the City has established a registry of LGBT-owned businesses, as certified by the National LGBT Chamber of Commerce (NGLCC) and small and disadvantaged businesses, as certified by Miami -Dade County. See authorizing resolutions here. If your company is certified as an LGBT-owned business by NGLCC, or as a small or disadvantaged business by Miami -Dade County, click on the link below to be added to the City's supplier registry (Vendor Self -Service) and bid system (Periscope S2G, Supplier -to -Government). These are two different systems and it is important that you register for both. Click to see acceptable certification and to register: hUps://www.miamibeachfi.gov/city hall/procurement/how-to- become-a-vendor/. 18. BINDING CONTRACT. The signed bid shall be considered an offer on the part of the bidder, which offer shall be deemed accepted upon award of the bid by the City Commission, or as delegated by the City Commission. Said award shall constitute a binding Contract between the City and the awarded bidder(s). In case of default on the part of the successful bidder, after said award, the City may take such action as it deems appropriate, including legal action, for damages or specific performance. The Contract shall include the solicitation, any and all addenda issued by the City and the Bid Proposal submitted the by bidder. In any discrepancy between the documents, the order of preference shall be as follows: 1) Addendum in reverse order of release; 2) Solicitation; 3) Bid Proposal, In case of default on the part of the successful bidder, the City may procure the items or services from other sources and hold the bidder responsible for any excess cost occasioned or incurred thereby. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH SECTION 0200 GENERAL CONDITIONS FORMAL SOLICITATIONS TERMS & CONDITIONS - GOODS AND SERVICES. By virtue of submitting a proposal in response to this solicitation, proposer agrees to be bound by and in compliance with the Terms and Conditions for Services (dated 10.27.2022), incorporated herein, which may be found at the following link: https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/ DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH SECTION 0300 PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT 1. ELECTRONIC RESPONSES (ONLY). Proposals must be submitted electronically through Periscope S2G (formerly BidSync) on or before the date and time indicated. Hard copy proposals or proposals received through email or facsimile are not acceptable and will be rejected. A proposer may submit a modified proposal to replace all or any portion of a previously submitted proposal until the deadline for proposal submittals. The City will only consider the latest version of the bid. Electronic proposal submissions may require the uploading of attachments. All documents should be attached as separate files in accordance with the instructions included in Section 4, below. Attachments containing embedded documents or proprietary file extensions are prohibited. It is the Bidder's responsibility to assure that its bid, including all attachments, is uploaded successfully. Only proposal submittals received, and time stamped by Periscope S2G (formerly BidSync) prior to the proposal submittal deadline shall be accepted as timely submitted. Late bids cannot be submitted and will not be accepted. Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments. Any technical issues must be submitted to Periscope S2G (formerly BidSync) by contacting (800) 990-9339 (toll free) or S2GOperiscopeholdings.com. The City cannot assist with technical issues regarding submittals and will in no way be responsible for delays caused by any technical or other issue. It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G prior to the deadline for proposal submittals. 2. NON -RESPONSIVENESS. Failure to submit the following requirements shall result in a determination of non - responsiveness. Non -responsive proposals will not be considered. 1. Bid Submittal Questionnaire (submitted electronically). 3. OMITTED OR ADDITIONAL INFORMATION. Failure to complete and submit the Bid Submittal Questionnaire (submitted electronically) with the bid and by the deadline for submittals shall render a proposal non- responsive. With the exception of the Bid Submittal Questionnaire (completed and submitted electronically), the City reserves the right to seek any omitted information/documentation or any additional information from Proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the Proposer to perform in accordance with contract requirements, Failure to submit any omitted or additional information in accordance with the City's request shall result in proposal being deemed non -responsive. 4. ELECTRONIC PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of proposals, it is strongly recommended that proposals be organized and tabbed in accordance with the tabs, and sections as specified below. The electronic submittal should be tabbed as enumerated below and contain a table of contents with page references. The electronic proposal shall be submitted through the "Line Items" attachment tab in Periscope S2G. Cover Letter & Minimum Experience Requirement 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. The table of contents should indicate the tabs, sections within tabs and page numbers to facilitate the evaluation committee's review. 1.2 Minimum Experience Requirement. Provide evidence that the proposing firm or its principals has at least five years of professional or urban design experience. For each project that the Proposer submits as evidence of the DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH minimum experience requirement for the firm and/or any principal, the following is required: o project name and location, o project description. o dates of project start and completion. o client contact, contact telephone & email. For each project, identify whether the experience is for the firm or for a principal (include name of princi Experience & Qualifications of the Proposing Firm Qualifications of Proposing Firm. Submit detailed information regarding the relevant experience and proven track record of the firm and/or its principals in providing the scope of services as identified in this solicitation, including experience in providing similar scope of services. For experience in the last ten (10) years, submit at least two (2) completed projects that demonstrate expertise in the development of high -profile, design -centric multi -level mixed - use parking structure with over 300 parking spaces, and at least three (3) completed projects which illustrate familiarity or expertise with all or some of the following aspects: competition pool with support amenities, multi- purpose pool, institutional library, commercial/retail, 7,500 SF fitness center, 5,000 SF community center, 60,000 SF of active green space and jogging path For each project, identify whether the experience is for the firm or for a principal (include name of principal) include: o project name and location, o project description, including the scope of services, and the role of the firm and members of the project team, o Date of project completion o Awarded contract amount for the design portion. o List of permits applied for and obtained, o agency/client contact, o contact telephone & email, and o ears and term of engagement. Ex erience & Qualifications Proposer's Team Qualifications of Proposer Team. Provide an organizational chart of all the prime proposer's personnel, each team member's qualifications, and each team member's role in providing the services detailed herein. A resume of each individual, including education, licensure, relevant experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract, Include specific information regarding each team member's experience with the design of the programming components of projects that have been completed or under construction, such as a multi -level mixed -use parking structure with over 300 parking spaces, competition pool with support amenities, multi -purpose pool, municipal/governmental library, commercial/retail, 7,500 SF fitness center, 5,000 SF community center, 60,000 SF of active green space and jogging path. For each project submitted as proof of experience, submit: 1) project description, 2) agency name, 3) agency contact, contact telephone & email, and 4 rime proposer's role in project. : A A uatic Consultant Experience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and any other information communicating capabilities and experience. 2. Relevant Experience: In the last ten (10) years, summarize (3) of the company's most similar design for projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with the following aspects: aquatic facilities, competition DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH pool with support amenities, multi -purpose pool. For each project include: a. Project name and location b. Project description C. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail a Structural Engineer Experience & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and other information communicating capabilities and experience. 2. Florida Registration: Provide evidence of professional registration pursuant to Chapter 287.055, Florida Statues, the Consultants Competitive Negotiations Act (CCNA). 3. Relevant Experience: In the last ten (10) years, summarize (3) of the company's most similar design projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with a diverse background in mixed -use complex building projects, including mixed -use parking structures with over 300 parking spaces. For each project, include: a. Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail Resiliency and LEED Consu & Qualifications Qualifications of Firm. Describe experience and qualifications in providing the services detailed herein. 1. Company Information: Provide background information, including company history, years in business, number of employees, and other information communicating capabilities and experience. 2. Relevant Experience: In the last ten (10) years, summarize (3) of the company's most similar design projects (completed or under construction) of comparable size and scope where similar services to those described in this RFQ have been provided. Projects must illustrate familiarity with the design and permitting of following aspects: retention and treatment of stormwater, on -site stormwater management systems including any proposed drainage well system(s), and LEED certified projects. For each project include: a. Project name and location b. Project description c. Date of project completion d. Awarded contract amount for the design portion. e. Reference contact information (including address, telephone number and e-mail DocuSign Envelope ID: 4AO6ACD9-66A8-4EE2-ADD5-F491B51B8544 MIAMI BEACH Best Practices Submit detailed information on the best practices in architecture, urban design, historic preservation, or other best practices relating to multi -purpose facilities, such as the current project that the proposer and its team have utilized on previous engagements. h and Submit detailed information on the approach and methodology that the proposer and its team have utilized on previous engagements to accomplish a similar scope of work, including detailed information, as applicable, which addresses, but need not be limited to, its approach and methodology to the following areas of work: 1. Project Budget. Describe how the proposer will assure that the project is able to be completed within the stated budget. 2. Stakeholder input. Describe how the proposer will manage stakeholder participation. Define the groups of stakeholders to whom the proposer intends to perform outreach. 3. Resiliency. Describe how proposer has maximized resiliency standards and measures in past projects. 4. Project Schedule. Provide a preliminary schedule for the design phase, including Design Review Board approval. 5. List of required permits and how the requirements impact the project. 6. Supplier Diversity. Describe how the proposer will make efforts to include participation by small/disadvantaged business enterprises, LGBT businesses, and veteran -owned businesses, Balance of Page Intentionally Left Blank DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH SECTION 0400 PROPOSAL EVALUATION 1. EVALUATION COMMITTEE INITIAL REVIEW OF PROPOSALS. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate and rank each responsive Statement of Qualifications received in accordance with the criteria set forth in Sub -section 4 below. The Evaluation Committee may complete the initial review of proposals with or without presentations. The Evaluation Committee's scores and rankings are only advisory to the City Manager, who will utilize the results to take one of the following actions: a. Recommend that the City Commission authorize negotiations or award a contract to one or more firms in accordance with Section 0100, Sub -section 12; or b. Recommend that the City Commission short-list one or more firms for further consideration by the Evaluation Committee; or c. Recommend to the City Commission that all firms, if more than one (1) responsive submittal is received, be rejected. 2. PRESENTATIONS BY SHORT-LISTED FIRMS. If a short -listing of firms responding to this RFQ is approved, the short-listed firms may be required to make presentations to and be interviewed by the Evaluation Committee. In further considering the short-listed firms, the Evaluation Committee will utilize the criteria set forth in Sub -section 4 below. 3. TECHNICAL ADVISORS. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee or the City Manager in the evaluation of proposals. 4. EVALUATION CRITERIA. Responsive, responsible proposals will be evaluated in accordance with the following criteria: Experience and Qualifications of the Proposing Firm 35 Experience and Qualifications Proposer's Team 15 Aquatic Consultant Experience & Qualifications 10 Structural Engineer Consultant Experience & Qualifications 10 Resiliency Experience & Qualifications 10 Best Practices 10 Veterans Preference 5 Prime Proposer Volume of Work (0-5 Points). Points awarded to the Proposer for volume of work awarded by the City in the last three (3) years in accordance with the following table: Less than $250,000 5 $250,000.01 — $2,000,000 3 Greater than $2,000,000 0 DocuSign Envelope ID: 4AO6ACD9-6l3A8-4EE2-ADD5-F491 B51 B8544 MIAMI BEACH 5. QUALITATIVE CRITERIA. The Evaluation Committee shall review responsive, responsible proposals and assign points for the qualitative factors only. The Evaluation Committee shall not consider quantitative factors (e.g. veteran's preference) in its review of proposals. The Evaluation Committee shall act solely in an advisory capacity to the City Manager. The results of the Evaluation Committee process do not constitute an award recommendation. The City Manager may utilize, but is not bound by, the results of the Evaluation Committee process, as well as consider any feedback or information provided by staff, consultants or any other third -party in developing an award recommendation in accordance with Section 0100, Sub -section 12. In its review of proposals received, the Evaluation Committee may review and score all proposals, with or without conducting interview sessions, in accordance with the evaluation criteria. 6. QUANTITATIVE CRITERIA. Procurement Department staff will assign points for the quantitative criteria. Veterans' Preference points will be assigned in accordance with Section 2-374 of the City Code 7. DETERMINATION OF FINAL RANKING. The sum of the evaluation criteria points will be converted to rankings in accordance with the example below: Qualitative Points Proposer A 82 Proposer • 74 Proposer C 80 Committee Quantitative Points 5 5 0 Member 1 Total 87 79 80 Rank 1 3 2 Qualitative Points 82 85 72 Committee Quantitative Points 5 5 0 Member 2 Total 87 90 72 Rank 1 2 3 Qualitative Points 90 74 66 Committee Quantitative Points 5 5 0 Member 2 Total 95 79 66 Low Aggregate Rank 1 2 3 It is important to note that the results of the proposal evaluation process in accordance with Section 0400 does not represent an award recommendation. The City Manager will utilize the results of the proposal evaluation process, and any other information he deems appropriate, to develop an award recommendation to the City Commission, which may differ from the results of the proposal evaluation process and final rankings. Balance of Page Intentionally Left Blank DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH APPENDIX A MIAMI BEACH Special Conditions 2023-121- N D ARCHITECTRUAL DESIGN SERVICES FOR THE 72nd STREET COMMUNITY COMPLEX PROJECT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3ra Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH 1. Negotiations. Upon approval of selection by the City Commission, negotiations between the City and the selected Consultant will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. 2. 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. Change of Project Manager. A change in the 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 an Assistant City Manager). Replacement (including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee (i.e. the City project manager). 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. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH n991112,1DIFNI � MIAMI BEACH Sample Contract 2023-121- N D ARCHITECTRUAL DESIGN SERVICES FOR THE 72nd STREET COMMUNITY COMPLEX PROJECT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR No. RFQ-XXXX-XXX-ND RESOLUTION NO. XXXX-XXXX DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 TABLE OF CONTENTS DESCRIPTION: f7_Tel4 ARTICLE 1. DEFINITIONS........................................................................................................ 3 ARTICLE 2. BASIC SERVICES................................................................................................. 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES.........................................................................13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST................................................15 ARTICLE 5. ADDITIONAL SERVICES......................................................................................17 ARTICLE 6. REIMBURSABLE EXPENSES..............................................................................18 ARTICLE 7. COMPENSATION FOR SERVICES......................................................................19 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS..................................20 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS.........................................................20 ARTICLE 10. TERMINATION OF AGREEMENT......................................................................21 ARTICLE 11. INSURANCE......................................................................................................22 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS..................................................244 ARTICLE 13. ERRORS AND OMISSIONS............................................................................244 ARTICLE 14. LIMITATION OF LIABILITY..............................................................................245 ARTICLE 15. NOTICE...........................................................................................................255 ARTICLE 16. FLORIDA PUBLIC RECORDS LAW ...................Error! Bookmark not defined.6 ARTICLE 17. INSPECTOR GENERAL RIGHTS...........................................................28 ARTICLE 18. MISCELLANEUS PROVISIONS.............................................................29 SCHEDULES: SCHEDULE A - SCOPE OF SERVICES...................................Error! Bookmark not defined.4 SCHEDULEA-1........................................................................................................................64 SCHEDULEB...........................................................................................................................66 SCHEDULEC...........................................................................................................................72 SCHEDULED....................................................................................................... 73 SCHEDULEE....................................................................................................... 74 ATTACHED SEPARATELY: ATTACHMENT A: Resolution and Commission Award Memorandum ATTACHMENT B: Addenda and Request for Qualifications (RFQ) Solicitation ATTACHMENT C: Consultant Proposal Response to RFQ and Sunbiz DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND [xxxxxxxxxxxxxxxxxxxxxxxxxx] FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING DESIGN SERVICES FOR This Agreement made and entered into this day of 20 (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 , a Florida profit corporation having its local office at XXXXXXXXXX (hereinafter referred to as Consultant). WITNESS ETH: WHEREAS, the RFQ No. XXXX-XXX-ND (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 XXXXXX, the City Commission approved Resolution No. XXXXX- XXXXX, respectively, authorizing the City to enter into negotiations with 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, 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. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Scope of Services set forth in Schedule A hereto. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 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 Schedule D. 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 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 4 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to the Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The following Subconsultants are hereby approved by the City Manager for the Project: [INSERT SUBCONSULTANTS HERE] CONSULTANT SERVICE ORDER: Consultant Service Order (CSO) shall mean any work order issued by the City to Contractor (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Additional Services which may be required of Consultant that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. The City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request For Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the 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- DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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. PROJECT: The "Project" shall mean that certain City capital project described in the Scope of Services set forth in Schedule A hereto. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in Schedule A hereto. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the 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). 0 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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 - Scope of Services Schedule A-1 - Consultant Service Order & Compensation Schedule Schedule B - Consultant Compensation Schedule C - Hourly Billing Rate Schedule Schedule D - Construction Cost Budget Schedule E - Project Schedule SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this 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. 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. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, as more particularly described in Schedule "A". 2.2 The Services will be commenced by the Consultant upon receipt of a written notice to proceed with any of the specific tasks identified in Schedule A ("Task") signed by the City Manager or the Project Administrator ("Notice to Proceed"). Consultant shall countersign the Notice to Proceed upon receipt and return the signed copy to the City. A separate Notice to Proceed issued by the Project Administrator shall be required prior to commencement of each task (as same are set forth in Schedule "A" hereto). Consultant shall have no entitlement to perform (or be compensated for) the Services corresponding with any task under this Agreement, unless such task is authorized by a Notice to Proceed. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further 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 Scope of Services; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: 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 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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 until all Services are completed or all Services authorized under Notices to Proceed are completed and accepted, whichever is later. Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Scope of Services, including the time for completion of the work and/or services for the Project. 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Scope of Services. The Consultant may submit requests for an adjustment to the completion time for the Scope of Services, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement in a competent, timely and 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. 0 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement any Consultant Service Orders (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's Services, breaches of this Agreement, and/or negligent acts, errors and/or omissions in the performance of the Services, which damages may include the costs incurred by the City with respect to replacement or repair of any defective or non -conforming construction Work until (i) twelve (12) months following final acceptance of the Work, or (ii) the applicable statute of limitations period, whichever is later. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re -perform all or any portion of the Services to correct any non- conforming and/or insufficient services which result from the Consultant's failure to perform in accordance with the above standards. The Project Administrator shall notify the Consultant, in writing, of any non -conforming and/or insufficient services and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for non -conforming and/or insufficient, defective services and any resulting non -conforming, insufficient, and/or defective construction work re -performed within twelve (12) months following 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 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 10 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a signed Notice to Proceed, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "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 any Consultant Service Orders, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under Schedule A and any Consultant Service Orders issued to Consultant by the City. If, during the course of performing work, services and/or tasks, Consultant determines that work and/or services should be performed which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in Schedule A (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 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 11 DocuSign Envelope ID: 4A06ACD9-613A8-4EE2-ADD5-F491 B51 B8544 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 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 iF DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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 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. 13 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7 Except where otherwise expressly noted in this 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 Contract Amendments shall be approved in accordance with Contract Approval Authority Procedure 03.02 or as amended. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of 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. 14 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City has established a Construction Cost Budget for the Project, set forth in Schedule D. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re -design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost -saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in a written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+/-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 to 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. 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 to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at 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 (+/-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 15 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 writing for the City's approval any modification in the Design Documents necessary to conform to the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re -design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (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 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. 201 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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 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 execution of this Agreement (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City -Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City -requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal 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 17 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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. 5.3 Additional services may be requested by the City using a Consultant Service Order (CSO). For each proposed Consultant Service Order, Consultant shall provide the City with a cost proposal on a lump sum or not -to -exceed basis, based on the fee schedule set forth in Schedule "A-1" hereto. Pursuant to, City of Miami Beach Procurement Ordinance, and Citywide Procedure 03.02. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts, proof of payment by the Consultant, and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its 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). Reimbursable Expenses and/or Contingency are allowance(s) set aside by the City and shall include actual expenditures (no markups allowed) made by the Consultant in the interest of the Project, provided such expenses are authorized in advance by the City. The Reimbursable Expenses and/or Contingency allowance(s), as specified herein, belongs to, and shall be controlled by the City (i.e. unused portions will be retained by the City and shall not be paid to Consultant). Notwithstanding the above, any Reimbursable Expenses must be authorized, in advance, in writing, by the City Manager or corresponding Department's Director. Invoices or vouchers for Reimbursable Expenses shall be submitted to the corresponding Department's Director (along with any supporting receipts and other back-up material required to support the amount invoiced, and as requested by the corresponding Department's Director). Consultant shall certify 18 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B5188544 as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Only actual amounts incurred and paid (requiring proof of payment) by the Consultant shall be invoiced, without any markups and/or additions. ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" fee for provision of the Services, excluding reimbursable allowances and/or contingency, for the Project shall be $XXXXXX, as more fully delineated in Schedule B hereto. The City has set a reimbursable allowance in an amount no to exceed $XXXXX, for a total Contract Value of $XXXXX (Base bid of $XXXXX plus Contingency of $XXXXX). 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly billing rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub -contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance in the applicable Consultant Service Order. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates set forth in Schedule C shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City Manager may consider an adjustment to the preceding year's unit costs for the subsequent year. Any such adjustments, if any, shall be based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=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, provided, however, that in no event shall any annual increase exceed three percent (3%). In the event that the City Manager 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 City in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any 19 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 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. Invoices shall be submitted to the City at the following address: Accounts Payable: payables@miamibeachfi.gov 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). 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 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. 20 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 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. 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 21 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 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 Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 The Consultant shall maintain the below required insurance in effect prior to awarding the agreement and for the duration of the agreement. The maintenance of proper insurance coverage is a material element of the agreement and failure to maintain or renew coverage may be treated as a material breach of the contract, which could result in withholding of payments or termination of the Agreement. A. Workers' Compensation Insurance for all employees of the Cosultant as required by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease. Should the Consultant be exempt from this Statute, the Consultant and each employee shall hold the City harmless from any injury incurred during performance of the Agreement. The exempt consultant shall also submit (i) a written statement detailing the number of employees and that they are not required to carry Workers' Compensation insurance and do not anticipate hiring any additional employees during the term of this contract or (ii) a copy of a Certificate of Exemption. B. Commercial General Liability Inst products and completed operations, & advertising injury with limits no $2,000,000 general aggregate. rance on an occurrence basis, including property damage, bodily injury and personal less than $1,000,000 per occurrence, and C. Automobile Liability Insurance covering any automobile, if vendor has no owned automobiles, then coverage for hired and non -owned automobiles, with limit no less than $1,000,000 combined per accident for bodily injury and property damage. D. Professional Liability (Errors & Omissions) Insurance appropriate to the Consultant's profession, with limit no less than $1,000,000. 22 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 Additional Insured - City of Miami Beach must be included by endorsement as an additional insured with respect to all liability policies (except Professional Liability and Workers' Compensation) arising out of work or operations performed on behalf of the consultant including materials, parts, or equipment furnished in connection with such work or operations and automobiles owned, leased, hired or borrowed in the form of an endorsement to the cosultant's insurance. Notice of Cancellation - Each insurance policy required above shall provide that coverage shall not be cancelled, except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance Services. Waiver of Subrogation - Vendor agrees to obtain any endorsement that may be necessary to affect the waiver of subrogation on the coverages required. However, this provision applies regardless of whether the City has received a waiver of subrogation endorsement from the insurer. Acceptability of Insurers - Insurance must be placed with insurers with a current A.M. Best rating of A:VII or higher. If not rated, exceptions may be made for members of the Florida Insurance Funds (i.e. FWCIGA, FAJUA). Carriers may also be considered if they are licensed and authorized to do insurance business in the State of Florida. Verification of Coverage - Conultant shall furnish the City with original certificates and amendatory endorsements, or copies of the applicable insurance language, effecting coverage required by this contract. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements, required by these specifications, at any time. CERTIFICATE HOLDER ON ALL COI MUST READ: CITY OF MIAMI BEACH c/o EXIGIS Insurance Compliance Services P.O. Box 947 Murrieta, CA 92564 Kindly submit all certificates of insurance, endorsements, exemption letters to our servicing agent, EXIGIS, at: Certificates- mia mibeach 9 riskworks. corn Special Risks or Circumstances - The City of Miami Beach reserves the right to modify these requirements, including limits, based on the nature of the risk, prior experience, insurer, coverage, or other special circumstances. Compliance with the foregoing requirements shall not relieve the vendor of his liability and obligation under this section or under any other section of this agreement. 23 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate 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 Contsultant, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof 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 Project Administrator. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive, and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does 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 24 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to the total amount of compensation/fees due to Consultant for all Services under this Agreement, less any amount(s) actually paid by City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the total amount of compensation/fees due to Consultant for all Services under this Agreement, which amount shall be reduced by 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: Email XXXX With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Email XXX All written notices given to the Consultant from the City shall be addressed to: W& All notices mailed electronically to either party shall be deemed to be sufficiently transmitted. ARTICLE 16. CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW 16.1 Consultant shall comply with Florida Public Records law under Chapter 119, Florida 25 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Statutes, as may be amended from time to time. 16.2 The term "public records" shall have the meaning set forth in Section 119.011(12), which means all documents, papers, letters, maps, books, tapes, photographs, films, sound recordings, data processing software, or other material, regardless of the physical form, characteristics, or means of transmission, made or received pursuant to law or ordinance or in connection with the transaction of official business of the City. 16.3 Pursuant to Section 119.0701 of the Florida Statutes, if the Consultant meets the definition of "Consultant" as defined in Section 119.0701(1)(a), the Consultant shall: (1) Keep and maintain public records required by the City to perform the service; (2) Upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, Florida Statutes or as otherwise provided by law; (3) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed, except as authorized by law, for the duration of the contract term and following completion of the Agreement if the Consultant does not transfer the records to the City; (4) Upon completion of the Agreement, transfer, at no cost to the City, all public records in possession of the Consultant or keep and maintain public records required by the City to perform the service. If the Consultant transfers all public records to the City upon completion of the Agreement, the Consultant shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Consultant keeps and maintains public records upon completion of the Agreement, the Consultant shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. 16.4 REQUEST FOR RECORDS; NONCOMPLIANCE. 16.4.1 A request to inspect or copy public records relating to the City's contract for services must be made directly to the City. If the City does not possess the requested records, the City shall immediately notify the Consultant of the request, and the Consultant must provide the records to the City or allow the records to be inspected or copied within a reasonable time. 16.4.2 Consultant's failure to comply with the City's request for records shall constitute a breach of this Agreement, and the City, at its sole discretion, may: (1) unilaterally terminate the Agreement; (2) avail itself of the remedies set forth under the Agreement; and/or (3) avail itself of any available remedies at law or in equity. 16.4.3 A Consultant who fails to provide the public records to the City within a reasonable time may be subject to penalties under s. 119.10. 16.5 CIVIL ACTION. 16.5.1 If a civil action is filed against a Consultant to compel production of public records 26 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 relating to the City's contract for services, the court shall assess and award against the Consultant the reasonable costs of enforcement, including reasonable attorneys' fees, if: (a) The court determines that the Consultant unlawfully refused to comply with the public records request within a reasonable time; and (b) At least 8 business days before filing the action, the plaintiff provided written notice of the public records request, including a statement that the Consultant has not complied with the request, to the City and to the Consultant. 16.5.2 A notice complies with subparagraph (16.5.1)(b) if it is sent to the City's custodian of public records and to the Consultant at the Consultant's address listed on its contract with the City or to the Consultant's registered agent. Such notices must be sent by common carrier delivery service or by registered, Global Express Guaranteed, or certified mail, with postage or shipping paid by the sender and with evidence of delivery, which may be in an electronic format. 16.5.3 A Consultant who complies with a public records request within 8 business days after the notice is sent is not liable for the reasonable costs of enforcement. 16.6 IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: CITY OF MIAMI BEACH ATTENTION: RAFAEL E. GRANADO, CITY CLERK 1700 CONVENTION CENTER DRIVE MIAMI BEACH, FLORIDA 33139 E-MAIL: RAFAELGRANADO@MIAMIBEACH FL.GOV PHONE: 305-673-7411 ARTICLE 17 INSPECTOR GENERAL AUDIT RIGHTS 1. Pursuant to Section 2-256 of the Code of the City of Miami Beach, the City has established the Office of the Inspector General which may, on a random basis, perform reviews, audits, inspections and investigations on all City contracts, throughout the duration of said contracts. This random audit is separate and distinct from any other audit performed by or on behalf of the City. 2. The Office of the Inspector General is authorized to investigate City affairs and empowered to review past, present and proposed City programs, accounts, records, contracts and transactions. In addition, the Inspector General has the power to subpoena witnesses, administer oaths, require the production of witnesses and monitor City projects and programs. Monitoring of an existing City project or program may include a report concerning whether the project is on time, within budget and in 27 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADDS-F491B51B8544 conformance with the contract documents and applicable law. The Inspector General shall have the power to audit, investigate, monitor, oversee, inspect and review operations, activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the Contract Documents and to detect fraud and corruption. Pursuant to Section 2-378 of the City Code, the City is allocating a percentage of its overall annual contract expenditures to fund the activities and operations of the Office of Inspector General. Upon ten (10) days written notice to the Consultant, the Consultant shall make all requested records and documents available to the Inspector General for inspection and copying. The Inspector General is empowered to retain the services of independent private sector auditors to audit, investigate, monitor, oversee, inspect and review operations activities, performance and procurement process including but not limited to project design, bid specifications, (bid/proposal) submittals, activities of the Consultant, its officers, agents and employees, lobbyists, City staff and elected officials to ensure compliance with the contract documents and to detect fraud and corruption. The Inspector General shall have the right to inspect and copy all documents and records in the Consultant's possession, custody or control which in the Inspector General's sole judgment, pertain to performance of the contract, including, but not limited to original estimate files, change order estimate files, worksheets, proposals and agreements from and with successful subcontractors and suppliers, all project -related correspondence, memoranda, instructions, financial documents, construction documents, (bid/proposal) and contract documents, back -change documents, all documents and records which involve cash, trade or volume discounts, insurance proceeds, rebates, or dividends received, payroll and personnel records and supporting documentation for the aforesaid documents and records. 5. The Consultant shall make available at its office at all reasonable times the records, materials, and other evidence regarding the acquisition (bid preparation) and performance of this contract, for examination, audit, or reproduction, until three (3) years after final payment under this contract or for any longer period required by statute or by other clauses of this contract. In addition: If this contract is completely or partially terminated, the Consultant shall make available records relating to the work terminated until three (3) years after any resulting final termination settlement; and ii. The Consultant shall make available records relating to appeals or to litigation or the settlement of claims arising under or relating to this contract until such appeals, litigation, or claims are finally resolved. 6. The provisions in this section shall apply to the Consultant, its officers, agents, employees, subcontractors and suppliers. The Consultant shall incorporate the provisions in this section in all subcontracts and all other agreements executed by the Consultant in connection with the performance of this contract. 7. Nothing in this section shall impair any independent right to the City to conduct audits or investigative activities. The provisions of this section are neither intended nor shall they 28 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 be construed to impose any liability on the City by the Consultant or third parties. ARTICLE 18. MISCELLANEOUS PROVISIONS 18.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami -Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 18.2 EQUAL OPPORTUNITY EMPLOYMENT 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. 18.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the 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 Consultant, supplier, subconsultant, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 18.4 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. 18.5 LAWS AND REGULATIONS: 18.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 29 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 18.5.2 Project Documents. In accordance with Section 119.071 (3) (b)(2), Florida Statutes, entitled "General exemptions from inspecting or copying public records," 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 Consultant who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 18.5.2.1 In addition to the requirements in this subsection 18.5.2, the 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. 18.5.2.4 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. 18.5.3 E-Verify 18.5.3.1 Consultant shall comply with Section 448.095, Florida Statutes, "Employment Eligibility" ("E-Verify Statute"), as may be amended from time to time. Pursuant to the E-Verify Statute, commencing on January 1, 2021, Consultant shall register with and use the E-Verify system to verify the work authorization status of all newly hired employees during the Term of the Agreement. Additionally, Consultant shall expressly require any subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subconsultant during the contract Term. If Consultant enters into a contract with an approved subconsultant, the subconsultant must provide the Consultant with an affidavit stating that the subconsultant does not employ, contract with, or subcontract with an unauthorized alien. Consultant shall maintain a copy of such affidavit for the duration of the Agreement or such other extended period as may be required under this Agreement. 30 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 18.5.3.2 TERMINATION RIGHTS. 18.5.3.2.1 If the City has a good faith belief that Consultant has knowingly violated Section 448.09(1), Florida Statutes, the City shall terminate this Agreement with Consultant for cause, and the City shall thereafter have or owe no further obligation or liability to Consultant. 18.5.3.2.2 If the City has a good faith belief that a subconsultant has knowingly violated the foregoing Subsection 18.5.3.1 but the Consultant otherwise complied with such subsection, the City will promptly notify the Consultant and order the Consultant to immediately terminate the Agreement with the subconsultant. Consultant's failure to terminate a subconsultant shall be an event of default under this Agreement, entitling City to terminate the Consultant's contract for cause. 18.5.3.2.3 A contract terminated under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be considered as such. 18.5.3.2.4 The City or Consultant or a subconsultant may file an action with the Circuit or County Court to challenge a termination underthe foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than 20 calendar days after the date on which the contract was terminated. 18.5.3.2.5 If the City terminates the Agreement with Consultant under the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a public contract for at least 1 year after the date of termination of this Agreement. 18.5.3.2.6 Consultant is liable for any additional costs incurred by the City as a result of the termination of this Agreement under this Section 18.5.3. 18.6 FORCE MAJEURE: 18.6.1 A "Force Majeure" event is an event that (i) in fact causes a delay in the performance of the Consultant or the City's obligations under the Agreement, and (ii) is beyond the reasonable control of such party unable to perform the obligation, and (iii) is not due to an intentional act, error, omission, or negligence of such party, and (iv) could not have reasonably been foreseen and prepared for by such party at any time prior to the occurrence of the event. Subject to the foregoing criteria, Force Majeure may include events such as war, civil insurrection, riot, fires, epidemics, pandemics, terrorism, sabotage, explosions, embargo restrictions, quarantine restrictions, transportation accidents, strikes, strong hurricanes or tornadoes, earthquakes, or other acts of God which prevent performance. Force Majeure shall not include technological impossibility, inclement weather, or failure to secure any of the required permits pursuant to the Agreement. 18.6.2 If the City or Consultant's performance of its contractual obligations is prevented 31 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 or delayed by an event believed by to be Force Majeure, such party shall immediately upon learning of the occurrence of the event or of the commencement of any such delay, but in no case within fifteen (15) business days thereof, provide notice of (i) of the occurrence of event of Force Majeure, (ii) of the nature of the event and the cause thereof, (iii) of the anticipated impact on the Agreement, (iv) of the anticipated period of the delay, and (v) of what course of action such party plans to take in order to mitigate the detrimental effects of the event. The timely delivery of the notice of the occurrence of a Force Majeure event is a condition precedent to allowance of any relief pursuant to this section; however, receipt of such notice shall not constitute acceptance that the event claimed to be a Force Majeure event is in fact Force Majeure, and the burden of proof of the occurrence of a Force Majeure event shall be on the requesting party. 18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the Agreement during a period when such party is rendered unable, in whole or in part, by Force Majeure to carry out such obligations. The suspension of any of the obligations under this Agreement due to a Force Majeure event shall be of no greater scope and no longer duration than is required. The party shall use its reasonable best efforts to continue to perform its obligations hereunder to the extent such obligations are not affected or are only partially affected by the Force Majeure event, and to correct or cure the event or condition excusing performance and otherwise to remedy its inability to perform to the extent its inability to perform is the direct result of the Force Majeure event with all reasonable dispatch. 18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a Force Majeure event causing the suspension of performance shall not be excused as a result of such occurrence unless such occurrence makes such performance not reasonably possible. The obligation to pay money in a timely manner for obligations and liabilities which matured prior to the occurrence of a Force Majeure event shall not be subject to the Force Majeure provisions. 18.6.5 Notwithstanding any other provision to the contrary herein, in the event of a Force Majeure occurrence, the City may, at the sole discretion of the City Manager, suspend the City's payment obligations under the Agreement, and may take such action without regard to the notice requirements herein. Additionally, in the event that an event of Force Majeure delays a party's performance under the Agreement for a time period greater than thirty (30) days, the City may, at the sole discretion of the City Manager, terminate the Agreement on a given date, by giving written notice to Consultant of such termination. If the Agreement is terminated pursuant to this Section, Consultant shall be paid for any Services satisfactorily performed up to the date of termination; following which the City shall be discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. In no event will any condition of Force Majeure extend this Agreement beyond its stated term. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 18.7 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its subconsultants. Compliance with this subsection shall not be construed to relieve the 32 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491 B51 B8544 Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 18.8 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City 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. 18.9 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 18.10 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, subconsultants, and other purchased services, etc., as necessary to complete said Services. 18.11 INTENT OF AGREEMENT: 18.11.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 18.11.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does 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. 18.11.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 18.11.4 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation 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. 33 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY CLERK CITY OF MIAMI BEACH: MAYOR Date. Date. Attest XXXXXXX Signature/Secretary Print Name Date. 34 Signature/President Print Name Date. DocuSign Envelope lU 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 SCHEDULES TO BE INSERTED 35 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MIAMI BEACH APPENDIX C MIAMI BEACH Insurance Requirements 2023-121-ND ARCHITECTRUAL DESIGN SERVICES FOR THE 72nd STREET COMMUNITY COMPLEX PROJECT PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 ATTACHMENT C SUNBIZ & PROPOSAL RESPONSE TO RFQ DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 DIVISION OF CORPORATIONS 000rg '0'' ,�-��; �/•'"�_,,�•�•\„ to wf/lrlal 3wtr u/' Ftwattl Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Florida Profit Corporation WANNEMACHER JENSEN ARCHITECTS, INC. Filing Information Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date P92000002451 59-3150693 11 /05/ 1992 FL ACTIVE NAME CHANGE AMENDMENT 03/27/2008 NONE Principal Address 132 MIRROR LAKE DRIVE NORTH UNIT 301 SAINT PETERSBURG, FL 33701 Changed: 01 /21 /2021 Mailing Address 132 MIRROR LAKE DRIVE NORTH UNIT 301 SAINT PETERSBURG, FL 33701 Changed: 01/21/2021 Registered Agent Name & Address JENSEN,JASON 132 MIRROR LAKE DRIVE NORTH UNIT 301 SAINT PETERSBURG, FL 33701 Name Changed: 01/10/2011 Address Changed: 01/21/2021 Officer/Director Detail Name & Address Title Pre-,iriPnt DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 JENSEN,JASON 3992 42ND AVE S SAINT PETERSBURG, FL 33711 Annual Reports Report Year Filed Date 2021 01 /21 /2021 2022 01 /24/2022 2023 01 /03/2023 Document Images 01/03/2023 --ANNUAL REPORT View image in PDF format 01/24/2022 -- ANNUAL REPORT_ View image in PDF format 01/21/2021 --ANNUAL REPORT_ View image in PDF format 01/21/2020 --ANNUAL REPORT View image in PDF format 02/07/2019 - ANNUAL REPORT _ View image in PDF format 01/17/2018 -- ANNUAL REPORT View image in PDF format _ 01/06/2017 -- ANNUAL REPORT View image in PDF format 01/26/2016 -- ANNUAL REPORT View image in PDF format 02/23/2015 ANNUAL REPORT View image in PDF format 03/21/2014 -- ANNUAL REPORT View image in PDF format 01/28/2013 --ANNUAL REPORT View image in PDF format 03/21/2012 -- ANNUAL REPORT View image in PDF format 01/10/2011 --ANNUAL REPORT View image in PDF format 01/07/2010 -ANNUAL REPORT View image in PDF forma 01/13/2009 --ANNUAL REPORT View image in PDF format 06/27/2008 - ANNUAL REPORT View image in PDF format at - Name Change View image in PDF format 01/24/2008 -- ANNUAL REPORT View image in PDF format 01 /08/2007 -- ANNUAL REPORT View image in PDF format _ 01/13/2006 -- ANNUAL REPORT View image in PDF format 01/28/2005 --ANNUAL REPORT View image in PDF format 02/10/2004 -- ANNUAL REPORT View image in PDF format 02/27/2003 ANNUAL REPORT View image in PDF format 05/01/2002 -- ANNUAL REPORT View image in PDF format 02/22/2001 --ANNUAL REPORT View image in PDF format 03/15/2000 -- ANNUAL REPORT View image in PDF format 04/19/1999 -- ANNUAL REPORT View image in PDF format 04/22/1998 -- ANNUAL REPORT View image in PDF format 04/03/1997 -- ANNUAL REPORT View_ image in PDF format 02/13/1996 -- ANNUAL REPORT View image in PDF format 02/08/1995 -- ANNUAL REPORT View image in PDF format DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 ronC� Jep,t 11 It of State. Dwven of COIPOIIaons Rin cl IRRAITTAL QUESTIONNAIRE DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5 F491 B51 B8544 SEC, i ti%j,o i — BID CEk I-IFICATION FOk—M This document is a REQUIRED FORM that must be submitted fully completed and submitted. Solicitation No: Solicitation Title: BID NUMBER PROJECT TITLE BIDDER'S NAME: Wannemacher Jensen Architects NO, OF YEARS IN BUSINESS-. 30 NO. OF YEARS IN BUSINESS LOCALLY: 3 NO. OF EMPLOYEES: 57 OTHER NAME(S) BIDDER HAS OPERATED UNDER IN THE LAST 10 YEARS: n/a BIDDER PRIMARY ADDRESS (HEADQUARTERS). 132 Mirror Lake Dr. N. CITY: St. Petersburg STATE: FL ZIP CODE: 33701 TELEPHONE NO. 727-822-5566 TOLL FREE NO n/a FAX NO. We BIDDER LOCAL ADDRESS. 815 NW 57th Ave Suite 219 CITY: Miami STATE: FL ZIP CODE. 33126 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT. Harold Somarriba ACCOUNT REP TELEPHONE NO.: 727308.2712 ACCOUNT REP TOLL FREE NO n/a ACCOUNT REP EMAIL: harold@v4sm.com FEDERAL TAX IDENTIFICATION NO.: 593150693 By virtue of submitting a bid, bidder agrees: a) to complete and unconditional acceptance of the terms and conditions of this document and the solicitation, including all addendums specifications, attachments, exhibits, appendices and any other document referenced in the solicitation c) that the bidder has not divulged, discussed, or compared the proposal with other bidders and has not colluded with any other bidder or party to any other bid; d) that bidder acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; e) if bid is accepted, to execute an appropriate City of Miami Beach document for the purpose of establishing a formal contractual relationship between the bidder and the City of Miami Beach, Florida, for the performance of all requirements to which the bid pertains; and f) that all responses, data and information contained in the bid submittal are true and accurate. The individual named below affirms that s/he: is a principal of the applicant duly authorized to execute this questionnaire, and that the contents of said document(s) are complete, true, and correct to the best of his/her knowledge and belief. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: DocuSign Envelop6N$ ti 4;)CoI1UZ kinvv v�cuaclAENT OF ADDENDUM After issuance of solicitation, the City may release one or more addendum to the solicitation, which may provide additional information to bidders or alter solicitation requirements. The City will strive to reach every bidder having received solicitation through the City's e-procurement system. However, bidders are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the bidder has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt Enter Initial to Confirm Receipt JJ Addendum 1 Addendum 6 Addendum 11 JJ Addendum 2 Addendum 7 Addendum 12 JJ Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required, submit under separate cover. SECTION 3 - CONFLICT OF INTEREST All bidders must disclose the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all bidders must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the bidder entity or any of its affiliates. 1 n/a 2 3 4 5 6 SECTION 4 - FINANCIAL CAPACITY At time of request by the City, bidder shall request that Dun & Bradstreet submit its Supplier Qualifier Report directly to the City, with bid or within three (3) days of request. Bidder shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the City. No proposal will be considered without receipt (when requested), by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the bidder. The bidder shall request the SQR report from D&B at: https://supp ierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=l1696 Bidders are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each bidder review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at 800-424-2495. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 o - mr_rr_rccw%.ES AND PAST PERFORMANCE Project No. BID NUMBER Project Title PROJECT TITLE Bidder shall submit at least three (3) references for whom the bidder has completed work similar in size and nature as the work referenced in solicitation. Bidder may submit additional references as part of its bids submittal. Reference No.1 Firm Name: Wannemacher Jensen Architects Contact Individual Name and Title: Raul Quintana, City Architect Address: 1 4th St N, St. Petersburg, FL 33701 Telephone: (727) 893-7913 Contact's Email: raul.quintana@stpete.org Narrative on Scope of Services Provided, Project Budget, and Project Dates: The Pier Market is the entry component of the twenty -acre Pier Approach promenade. The design intent is to create a pedestrian -oriented space with carefully integrated vehicular and bicycle traffic that links downtown with the pier. The Pier Market design begins with the consideration of the site. The intent is for the half -mile walk from Bayshore Drive to the Pier to serve as a culture connection from the cityi s density to the wateri s edge. Visitors will experience a multipurpose entry market that serves as an active local artisan Market during the week and a quiet art promenade during market off hours. Pier Market, A Steward of Floridaa s Ecology The purpose of the design is to accentuate what makes Florida life unique; and to do so, the strongest elements of Florida ecology must be taken to consideration, including sun, wind, water. Sun: The Pier Market canopy is an integrated roof of translucent glass photovoltaic panels that protect the space below it from overexposure and unnecessary heat gain while also harvesting solar radiation that is placed back into the city grid. The design minimizes waste by not introducing another roofing material, but rather by integrating the structural purlins directly to the photovoltaic panel supports rails. Wind: The Pier market canopy is lifted to allow for the bay breeze. The spaces between the market stalls and canopy also form a passage for natural ventilation. In the open position, the market stalls deploy a 9i canopy for more intimate shade and protection from rain. Water: With over 5300 linear feet of waterfront, the goal is to bring people to the water in a more engaging way and to improve the ecology of the area. The waterfront edges provide a variety of spaces for gathering and interacting with the water, including hard and soft edges. Dates: 2016-2020 Budget: $20m Scope: Full Architectural Design for playground, Pier Market Approach, Doc Ford's Restaurant within the Pier, and master planning of site Reference No.2 Firm Name: Wannemacher Jensen Architects, Inc. Contact Individual Name and Title: Address: 8445 SW 80th St. Ocala, FL 34481 Telephone: (3521 873-0848 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 Contact's Email: jim_walkup@otowfl.com Narrative on Scope of Services Provided, Project Budget, and Project Dates: Name and Title: Jim Walkup, Project Manager The Florida Aquatics Swimming & Training (FAST) facility is the new premier aquatic training and Olympic training competition venue in the Southeast United States. The facility provides elite training for swimmers of all levels with the goal of producing the next generation of future champion swimmers. The natatorium features an indoor cast -in -place concrete 10-lane/50-meter/25-yard Olympic competition pool with seating for more than 2,000 spectators. The outdoor i Li shaped pool includes the 5-lane 25-yard warm-up area and 7-lane 50-meter/25-yard/25-meter 2021 Olympic Trials warm-up pool by Myrtha Pools with a second level outdoor deck. There are two indoor/outdoor video scoreboards with Colorado Timing System as well as a timing room. The facility is equipped with top -tier equipment to train, host, and engage in recreational activities at the local, state, regional, and national level. The project includes meeting spaces for teams and coaches as well as a combination of 2,500 sf aquatic and dryland fitness spaces for athletic cross training that provides a full programming opportunity for athletes. There is also an outdoor splashpad has decorative play structures for children. This project was completed with Counsilman Hunsaker as the aquatics consultant. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 Rccicin.c nv.a Firm Name: Wolfberg Alvarez & Partners Contact Individual Name and Title: Carla Dixon, Capital Projects Coordinator Address: 1700 Convention Center Drive, Miami Beach, FL 33139 Telephone: (305) 673-7071 Contact's Email: carladixon@miamibeachfl.gov Narrative on Scope of Services Provided, Project Budget, and Project Dates: The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of retail and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride share provisions. The design is based on i Arts & Lettersi , a term referring to the fine arts, performing arts, and liberal arts, all considered together. With The Arts & Letters Garage, it presents a new signature building for Collins Park, the cultural center of Miami Beach. Arts & Letters is a project -based installation that transforms the Collins Park garage and its breathable, perforated metal skin into a poignant word matrix that represents the collective memory of the neighborhood as a distinct cultural place. The project is both LEED Gold and ParkSmart Certified and incorporates resiliency measures such as raised finished floor to accommodate future raising of adjacent streets. Critical components including FP&L vault, fire pump and electrical room are protected from flooding. The scope also includes significant off -site improvements, including conversion of a street from vehicular to a pedestrian park, a i table tops traffic calming feature, street lighting, revised street geometry and water and sewer extensions. The project includes state -of -the art parking controls and collection system and automated lighting with vehicular and pedestrian motion sensors to reduce lighting when not occupied. The garage has the latest in parking technology, including automatic parking rate adjustments that adjust rates hourly dependent on demand, intelligent parking signage and direction. Interior lighting systems are automated with motion sensors and have dimming capabilities. DEBARMENT f)P rt)MTPA.r-T r.A hlrg7l ± ATInkl Has bidder ever been debarred, suspended or other legal violation, or had a contract cancelled due to non- performance by any public sector agency? YES NO If answer to above is "YES," bidder shall submit a statement detailing the reasons that led to action(s): n/a gi=rTlr)N 7 - gkfiAl 1 AMn n1q/l,nVAMTAr.1=n Rl_1g1Nv=cq r;=PT1F1f-AT1f)NJ Pursuant to Resolution 2020-31519, the City is tracking the Small and Disadvantaged Businesses, as certified by Miami -Dade County that have been certified as Small or Disadvantaged Business by Miami -Dade County. Does bidder possess Small or Disadvantaged Business certification by Miami -Dade County? 0 YES ® NO SECTION 8 LGBT B' "'Ir"' r-NTERP91SE f'E:RTIFICATION Pursuant to Resolution 2020-31342, the City is tracking the utilization of LGBT owned firms that have been certified as an LGBT Business Enterprise by the National Gay and Lesbian Chamber of Commerce (NGLCC). Does bidder possess LGBT Business Enterprise Certification by the NGLCC? 0 YES NO DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 �k1T ��PT'P�i ATInM - �-Lvaa i ING AMEND" ORM APPENDIX A, " C.F.R. PART 18 — CERTIFICATION REGARDING LOBBYING Certification for Contracts, Grants, Loans, and Cooperative Agreements The undersigned Contractor certifies, to the best of his or her knowledge, that: 1. No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2. If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. 3. The undersigned shall require that the language of this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by 31, U.S.C. § 1352 (as amended by the Lobbying Disclosure Act of 1995). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement of its certification and disclosure, if any. In addition, the Contractor understands and agrees that the provisions of 31 U.S.C. § 3801 et seq., apply to this certification and disclosure, if any. By virtue of submitting bid, bidder certifies or affirms its compliance with the Byrd Anti -Lobbying Amendment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Jason Jensen Jason Jensen SECTION 10 - SUSPENSION AND DEBARMENT CERTIFICATION The Contractor acknowledges that: (1) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. DocuSign Envelope ID. 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 (0) 11110 LUILIIKiaLIUII IJ a HICILCII01 [UPI CZCIIIQIIVII VI ICILA relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions." By virtue of submitting bid, bidder certifies or affirms its compliance with the Suspension and Debarment Certification. Name and Title of Bidder's Authorized Signature of Bidder's Authorized Representative: Representative: Jason Jensen Jason Jensen ACTION 11 — 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 https://library.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COS1 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 . By virtue of submitting bid, bidder certifies that it is in compliance with the Cone of Silence Ordinance, pursuant to Section 2-486 of the City Code. SECTION 12 — CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23789, the Bidder shall adopt a Code of Business Ethics prior to executing a contract with the City. The Code of Business Ethics shall be submitted to the Procurement Department with its response or within three (3) days of request by the City. The Code shall, at a minimum, require the Bidder, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City Code. In lieu of submitting Code of Business Ethics, bidder may indicate that it will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics, available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ Bidder will submit firm's Code of Business Ethics within three (3) days of request by the City? YES NO Bidder adopts the City of Miami Beach Code of Business Ethics? YES NO SECTION 13 — LOBBYIST REGISTRATION & CAMPAIGN CONTRIBUTION REQUIREMENTS This solicitation is subject to, and all bidders are expected to be or become familiar with, all City lobbyist laws, including lobbyist registration requirements and prohibition on campaign contributions, including: • Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City Code (https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO) • Campaign Contribution Requirements sections 2-487 and 2-488 of City Code (httns://lihrarv.municode.(-om/fl/miami heach/Codes/code of ordinances? DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5+491B51B8544 /-%I\ I JIV5CAFIRE) IIVUGIU-Jf !'1V LVI\ VI IG/-1LJ V IIJ 1 VV By virtue of submitting bid, bidder certifies or affirms that they have read and understand the above Lobbyist Registration & Campaign Contribution Requirements. SECTION 14 - NON-DISCRIMINATION The Non -Discrimination ordinance is available at: https://Iibrarv.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA By virtue of submitting bid, bidder agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. SECTION 15 - FAIR CHANCE REQUIREMENT The Fair Chance Ordinance No. 2016-4012 is available at: https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH62HURE ARTVFACHOR By virtue of submitting bid, bidder certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Bidder agrees to provide the City with supporting documentation evidencing its compliance upon request. Bidder further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. SECTION 16 - PUBLIC ENTITY CRIMES Please refer to Section 287.133(2)(a), Florida Statutes, available at: https-//www.flsenate-gov/Laws/Statutes/2012/287.133 By virtue of submitting bid, bidder agrees with the requirements of Section 287.133, Florida Statutes, and certifies it has not been placed on convicted vendor list. DocuSign Envelope ID: B 4 1 IV V R 1 — vG 1 EmA V uoiNESS ENTERPRISES PREFERENCE Pursuant to City of Miami Beach Ordinance No. 2011- 3748, https://Iibrary.municode.com/fl/miami beach/codes/code of ordinances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-374PRPRPRVECOGOCOSE the City shall give a preference to a responsive and responsible bidder which is a small business concern owned and controlled by a veteran(s) or which is a service -disabled veteran business enterprise, and which is within five percent (5%) of the lowest and best bidder, by providing such bidder an opportunity of providing said goods or contractual services for the lowest responsive bid amount. Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more bidders which are a small business concern owned and controlled by a veteran(s) or a service -disabled veteran business enterprise constitute the lowest bid pursuant to an ITB, RFP, RFQ, ITN or oral or written request for quotation, and such bids are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service -disabled veteran business enterprise. Is the bidder a service -disabled veteran business enterprise certified by the State of Florida? 0 YES NO Is the bidder a service -disabled veteran business enterprise certified by the United States Federal Government? © YES Q� NO SECTION 18 - MORATORIUM ON TRAVEL TO AND THE PURCHASE OF GOODS OR SFPvirFc ;=Pn m "!SS!4SIPD! Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida prohibits the purchase of goods or services sourced in Mississippi. Are any of the products for which the applicant is seeking to be prequalified sourced in Mississippi? 0 YES NO If yes, explain. n/a f DESIGN SERVICES FOR 72ND STREET COMMUNITY COMPLEX Wolfberg Alvarez & Partners, Inc. 75 Valencia Ave STE 1050 Coral Gables, FL 33134 (305) 666-5474 wolf bergalvarez.com TiT14 architects Wannemacher Jensen Architects, Inc. 815 NW 57th Ave Suite 219 Miami, FL 33126 (727) 822-5566 wjarc.com DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 COVER LETTER City of Miami Beach TITA wnnnemocher Jensen February 3, 2023 Architects, Inc. RE: RFQ No. 2023-121-ND - ARCHITECTURAL DESIGN SERVICES — 72ND STREET COMMUNITY COMPLEX Wannemacher Jensen Architects (WJA) Dear Members of the Evaluation Committee, 815 NW 57th Ave Suite 219, Miami, FL 33126 It is with great interest and enthusiasm that the Wannemacher Jensen Architects (WJA)/Wolfberg Alvarez (727) 822-5566 and Partners (WA) design team submits its qualifications and experience for this most important project for wja@wjarc.com the community which has been many years in the making. It is evident that this is a project of importance to wjarc.com the City, and particularly to North Beach. This is exemplified by the significant time and effort that has been dedicated by both staff and the community to define and document the vision for the project, as included in the Firms Corporate Officer 2018 general obligation bond. The WJA/WA design team has unparalleled experience in the programming and Jason Jensen design of numerous municipal projects, and possess the required design sensitivity, creativity, and technical President expertise required for a project of this importance and complexity. jason@wjarc.com 727-308-2711 Wannemacher Jensen Architects (WJA) will serve as the Prime Consultant and as the Lead Designer. WJA is a nationally recognized, award -winning firm that specializes in the design of public/civic facilities of all types. WJA has led the design efforts on some of Florida's most forward -thinking municipal projects including the Madeira Beach City Centre, winning the highest award for the 2016 AIA Tampa Bay Awards, the H. Dean Rowe FAIA Award for Design Excellence. The Largo Community Center, the first Community Center in the nation to earn LEED Platinum certification. Specifically, as it pertains to projects with an aquatic's component, we have Wolfberg Alvarez and Partners (WA) successfully completed several important projects, including Shore Acres Recreation and Aquatics Center, 75 Valencia Ave STE 1050, Wesley Chapel Recreation and Aquatics Center, which includes a three pool aquatic complex, and the FAST Coral Gables, FL 33134 Aquatic Center which houses a 50 meter Olympic pool and seating for more than 2,000 spectators. WJA (305) 666-5474 exceeds all the minimum qualifications required by this RFQ and has extensive experience with all of the wolf bergalvarez.com programmed functions. To augment and enhance Wannemacher Jensen Architect's (WJA) experience and capabilities, WJA will collaborate with Wolfberg Alvarez and Partners (WA) on this project, and will act in the capacity of Architect of Record (AoR). WA is one of the longest tenured architectural and engineering design firms in South Florida. WA enjoys current, long-term professional relationships with numerous municipalities and public agencies in South Florida, including active commissions for the City of Miami Beach, City of Doral, Miami -Dade County, City of Miami, Miami -Dade Aviation Department, City of Hialeah, and Miami -Dade County Public Schools, to name a few. These long-term relationships are a testament to the quality of their work and to their dedication to meeting their client's needs. WA has extensive relevant experience with all of the components of this project, including aquatics and public pools, retail, fitness centers, parks and public garages. WA was de AoR for the recently completed Collins Park Parking Garage, a LEED Gold ParkSmart and award -winning project. WJA and WA have collaborated in pursuits of other similar projects and have enjoyed building our relationship working together over the years. Recently, the team was selected to design the new City Hall for North Bay Village. We share a common mission of satisfying the needs of the programming, design, budgeting, and construction administration needs of our clients. Collectively, we have a deep understanding of the City's initiatives to promote and encourage environmental responsibility and resiliency principles. The combined design expertise, experience, and resources of the WJA/WA team will provide the City of Miami Beach with an unparalleled level of service. Complementing the WJA/WA design team will be West 8, an award -winning parks and landscaping design firm, which will have the prime responsibility of designing the park and assisting with the Master Plan. The park will be an integral part in the incorporation of sustainability and resilience design solutions. Their previous work for the City includes the highly acclaimed park and plaza for the renovated Convention Center and the plaza and seating area for the new World Center. Council man-Hunsaker is considered the preeminent aquatics consultant with almost 1,500 completed projects to date, totaling more than $1.513 in construction costs. Their latest involvement in South Florida was the highly acclaimed Ft. Lauderdale Aquatic Center, completed last year, which includes a similar program of an outdoor 50 meter competition and a 25 tard pool. Councilman has collaborated with both WJA and WA on numerous precious projects. VITA /WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 2 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 COVER LETTER SEQUIL Systems will be tasked with providing LEED consulting services and will work closely with the design team to achieve the City's LEED certification goal. SEQUIL has worked with both WJA and WA in the past on many public sector projects including Doral Legacy Park (LEED Silver). Currently, we are working together on the City of Miami Beach Fire Station and the Shore Acres Recreational Center and the Collins Park Mixed -Use Garage for the City of Miami Beach. DDA Engineers will be responsible for structural engineering design. DDA has the necessary experience and expertise, which include many coastal and hardened building projects to satisfy the challenges and technical requirements posed by this project and provide creative and cost-effective solutions. DDA has extensive experience in the design of mixed -use projects with parking, pools and other components. DDA has also successfully collaborated with WJA and WA on numerous public and civic projects. Additionally, our team of consultants include KEITH and SDM, KEITH will be responsible for civil engineering design. KEITH has earned an outstanding reputation of service to their clients, including for the City of Miami Beach and has the experience and expertise required to successfully satisfy the needs of this project and site. Similarly, SDM has an excellent reputation in providing MEP services on large, complex projects with an emphasis on the public sector. SDM was founded over 4 decades ago and is collaborating with WJA and WA on other projects. Lastly, DESMAN will be the parking consultant. As the primary consultant representing the City in the preparation of the DCP on this project, DESMAN has intimate knowledge of the project and the desires of the community and City staff. Their comprehension and complete understanding will be invaluable to the design team. The WJA/WA design team is offering the City of Miami Beach a team of design professionals with extensive similar experience, a willingness and commitment to meet and exceed the project's goals, and the talent to deliver an exceptional Community Complex. In the event we are privilege to be commissioned for this project, we give you in confidence our collective commitment to the complete success of this project. Sincerely, to - Jason , LEED AP, President Vrcel Motlote, RA, President Wannemacher Jensen Architects, Inc. Wolfberg Alvarez and Partners VIVAI� WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 3 St. Pete Pier Waterfront Park - Play Area, St. Petersburg, FL Table of Contents Tab 1 Cover Letter & Minimum Experience Requirements.....................................................2 1.1 Cover Letter and Table of Contents Tab 2 Experience & Qualifications of the Proposing Firm.......................................................8 Tab 3 Experience & Qualifications Proposer's Team _________________________________ _________________________ 38 Tab 4 Aquatic Consultant Experience & Qualifications...................................................... 116 1. Company Information 2. Relevant Experience Tab 5 Structural Engineer Experience & Qualifications.......................................................121 1. Company Information 2. Florida Registration 3. Relevant Experience Tab 6 Resiliency and LEED Consultant(s) Experience & Qualifications.. I ......................... 127 1. Company Information 2. Relevant Experience Tab 7 Best Practices.132 ........................................................................................................... Tab 8 Approach and Methodology....................................................................................136 VITAA ,U WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 4 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 MINIMUM EXPERIENCE REQUIREMENT MIXED -USE KEY PROJECTS COLLINS PARK MIXED -USE PARKING GARAGE, MIAMI BEACH, FL Client: Carla Dixon (305-6/3-/0/1)(carladixonCa)miamibeac[)fl.gov) ( Dates: 2020-2022 The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of retail and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride share provisions. The design is based on "Arts & Letters", a term referring to the fine arts, performing arts, and liberal arts, all considered together. With The Arts & Letters Garage, it presents a new signature building for Collins Park, the cultural center of Miami Beach. WYNWOOD DS, WYNWOOD, FL Client: Victor Sanchez (786-525-6921) (victor @goldmanproperties.com) I Dates: 2016-2018 New 8 story mixed -use project located in the heart of Wynwood, which includes 40,000 S.F. of retail, 40,000 SF of office space, and 6 level parking garage that accommodates 428 parking spaces.The garage has the latest in parking technology, including automatic parking rate adjustments that adjust rates hourly dependent on demand, intelligent parking signage and direction. Interior lighting systems are automated with motion sensors and have dimming capabilities. The project has been the recipient of several design excellence awards. REGATTA HARBOUR MIXED -USE PARKING GARAGE, MIAMI, FL Client: Jennifer Garcia (305-3/3-6/89) (igarcia@n)iamiparking.corn) I Dates: 201d-2ozo The project includes 540 parking spaces and 33,500 GSF of retail on a 4-level structure. The facade design is inspired by the original use of City Hall as a sea terminal for Pan American Airlines, which employed sea plane service from the site. The garage levels of the facade employs an open steel mesh to conceal the vehicles from exterior view, as required by the Miami zoning code, and is a canvas for the introduction of "art -in -public places" which tells the history of the site via graphics and text. 801 LINCOLN ROAD, MIAMI BEACH, FL Client: Josnua Gelfman (212-920-1728) Ogelrmanta',terranovacorp.coln) ( Dates: 2018-2020 The project consists of a new 3-story retail core and shell with an area of approximately 40,413 S.F. and a restaurant/bar located on the roof. WA was the Architect of Record and collaborated with Shulman + Associates. The building is one of two that Terranova developed, geared to expand the Lincoln Road shopping district from the pedestrian promenade to 17th Street. The scope of the work included renovations to a historical building located on Lincoln Road, including tenant improvements. 723 LINCOLN AVE (MARSHALLS), MIAMI BEACH, FL Client: JOSnUd Gellman ;211_ 920 U281 (jgeifrnan(�terranovacorp.c.om) I Dates: 2017-2020 The project consists of a new 45,000 S.F., 3-story multi -tenant retail core and shell. WA was Architect of Record and collaborated with Shulman + Associates. The ground floor houses a food court with interior and exterior seating. WA also designed a roof top bar -restaurant and was responsible for the Marshall's interior improvements. This is one of two projects developed by Terranova to expand the Lincoln Road shopping district north on Meridian Avenue. TOM H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 5 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 MINIMUM EXPERIENCE REQUIREMENT URBAN DESIGN KEY PROJECTS Wanneacher Jensen TIT,4 mArchitects, Inc. ST. PETERSBURG PIER, ST. PETERSBURG, FL Client: Raul Quintana (727-893-1913) (raul quintana@stpete.org) I Dates: 2016-2020 The Pier Market is the entry component of the twenty -acre Pier Approach promenade. The design intent is to create a pedestrian -oriented space with carefully integrated vehicular and bicycle traffic that links downtown with the pier. The Pier Market design begins with the consideration of the site. The intent is for the half -mile walk from Bayshore Drive to the Pier to serve as a culture connection from the city's density to the water's edge. Visitors will experience a multipurpose entry market that serves as an active local artisan Market during the week and a quiet art promenade during market off hours. DORAL LEGACY PARK, DORAL, FL Client: Barbie l lemanaez i305-593-6697)(barbie.hernandez((Dcityofdoral.com) I Dates: 2015-2018 Doral Legacy Park is an 18-acre recreational park and two-story 38,280 S.F. LEED Silver recreation building that will provide the City of Doral with a vibrant social and active space that fosters community development while respecting the boundaries of the residential communities that surround the park. Located on the northern boundary of the City of Doral and divided into two unequal parcels by a collector road, the unique conditions of the site provided an opportunity to explore the concept of a city gateway that weaves the park and the city into a welcoming gesture accentuated by the vibrant activities of the complex. JULIAN B. LANE RIVERFRONT PARK, TAMPA, FL Client: Barbara VJIIKs ;112-981-3933) (bWilKs(vw-arctutecture.com) 1 Dates: 2015-2018 The Tampa River Center is the iconic center of the Julian B. Lane Park in Tampa. The team reprogrammed and reimagined an underutilized park on the west side of Hillsborough River into both a community resource and a new destination on the downtown Tampa Riverwalk. It houses boat storage facilities for a variety of local boating communities and provides public multiuse spaces for meetings, cultural events, and recreation. In a new excavated inlet carved from the riverbank, the boathouse affords spectacular views of downtown, and is a monumental and visible destination attracting visitors. MORGAN FAMILY COMMUNITY CENTER, NORTH PORT, FL Client: Sherry Borgsdorf (727) 587-6720) 1 Dates: Z01- This new 33,300 sf Recreation Center on 42 acres targets youth activities but was designed with a multi -use facility concept to meet the interests of the entire community. The concept was to bring the outside park setting inside within a mid-century modern architecture vocabulary of large glazed wall areas, organic curved surfaces, natural stone both inside and out, and expansive covered and uncovered exterior program areas. Featured amenities are an expanded gym with 6 basketball backboards, fitness center, dance room, teen lounge, multipurpose room, game room, arts and crafts room, meeting space and outdoor social areas. Substantial time was spent obtaining input from the community, the staff and City. MADEIRA BEACH CITY CENTRE, MADEIRA BEACH, FL vi _ VS f727-392-06r', — hfLpovl I Dates: 2016 This new waterfront recreation center, city hall and fire station was designed as a community park complex with civic presence. The buildings were designed for maximum efficiency, while taking advantage of the full waterfront exposure for both the new city hail and recreation center. Floor to ceiling windows in the multi -purpose room and fitness center offer waterfront views, as do the city hall offices. A covered boardwalk fronts the city hall entrance, then wraps around to create a deck behind the multi -purpose building. ILIA &Tj WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 6 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 ROOFTOP AQUATICS KEY PROJECTS A. I THe Poplar Building, philadelphia, pA USA Sarina Rose ,• , ;postcre.com Dates: 2019-2021 _. 14 M, ?! The Joule Urban Resort - Dallas, TX 2006-2008 I i Ovation Apartment Towers at Spring Street N Block - Seattle, WA 2020-2022 MINIMUM EXPERIENCE REQUIREMENT 1 IN Counsilman • Hunsaker dwi AQUATICS FOR LIFE MGM National Harbor, MD Client N/A Dates .-. If-, wn■■■ . __■■Tra.►wee■ ■■■ �_ Austin Marriott Downtown, TX 2018-2020 TOMIs WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 Exper*i.enc- 2 Quali Ica ions o� t1lbPro osi-n- •'_ lar �=--- �-- — �`� '� �—.Nc. l�r J_.� 3 � r --. - _ �U,t�� �►1R' +�tf�T `�!ct"'+f��.�. _ -,,Oa- ANON _ L'� �r• arm. - - -i — `` DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM Team Composition Wannemacher Jensen Architects and Wolfberg Alvarez have been working together for three years. Sharing compatible professional cultures, we have enjoyed building a successful working relationship over the years. Our collaboration efforts started with the original 72nd Street Complex Design -Build in 2020 and has since grown to have included similar mixed - use projects including the concept for a Village Hall, Police Department, and Community Use Spaces; as well as the North Bay Village Village Hall and Public Safety Complex that is currently in design. This project includes Fire Station 27, Commission Chambers and offices, the Village common areas, and a parking garage with 108 spaces. The site is a unique shape situation on a barrier island. Designing the building to accommodate all the necessary programmatic elements and fit spatially on the site was the most challenging aspect. The team proposed for the 72nd Street Community Complex is the same team already working together on the North Bay Village project. This includes core consultants like DDA Engineers for structural engineering, SDM engineering for electrical design, and SEQUIL Systems for LEED and Resiliency. Complementing the WJA/WA design team will be: • Counsilman Hunsaker is an aquatics specialist with unparalleled, state-of-the-art aquatic industry experience, including 23 rooftop pools. Our team has been working together for over 10 years. • DDA Engineers will be responsible for structural engineering design and has the necessary expertise which include many coastal and hardened building projects. • SEQUIL Systems will be tasked with providing LEED and Resiliency consulting services and will work closely with the design team to achieve the City's goals. • Calvin, Giordano & Associates will be tasked with Resiliency consulting • KEITH which will have the responsibility of designing the park, assisting with the Master Plan, and providing traffic design. • To maximize efficiency and enhance coordination between all disciplines, WA will be responsible for providing HVAC, plumbing and fire protection engineering design services with in-house personnel. Electrical design will be the responsibility of SDM, who will provide lighting, power, emergency power and systems infrastructure design. W Architecture & Landscape Architecture is an international team of urban designers. We have been working together for over 10 years. W specializes in working with urban waterfront sites into vital places for people to gather and experience a diversity of life. • Desman will consult the parking components. Desman has provided similar services for over 5,000 parking projects. • RIB U.S. Cost is recognized as a leading cost management and project controls firm and will work with WJCreate, WJAs internal cost estimation who will ensure interface between the design team and cost estimator as an extra set of eyes. Arup is a leading lighting design and advisor integrating both daylight and architectural lighting in harmony. They are experts in daylight design, light and wellbeing, fixture design, brand identity, and lighting engineering. C.B. Goldsmith & Associates has a long history working with our team and will be our building envelope consultant. Our proposed team is intimately familiar working with Coastal cities and their unique challenges, local codes, ordinances, permitting procedures, and community involvement, a particularly important aspect of managing this project to success. We share a common mission of satisfying the programming, design, budgeting, and construction administration needs of our clients. Collectively, we have a deep understanding of Miami Beach's initiatives to promote and encourage environmental responsibility and resiliency principles, along with a desire to showcase the City's vision of their future. We assembled this team of design professionals to specifically address each of the challenges expected for this project. Each team member possesses certain expertise and attributes, which collectively will result in a superior project. WJA will be the prime consultant and will be the entity that enters into an agreement with the City. As you will note in other sections of this proposal, this is a project type wherein we have an extensive and diverse portfolio. In addition to being the prime, we will also be the Lead Design team Firm. Our design studio has been responsible for numerous highly regarded and award -winning designs. We listen to our clients, and the desires expressed by the community, to develop unique and site -specific designs that are singular, functional, and memorable. This is of particular importance given the prominence of this site and this significant project. The Architect of Record, WA, was founded over 45 years ago and has provided professional design services for the public sector since its inception. They enjoy an outstanding reputation for the quality of services they provide and have extensive experience working in and for adjacent barrier islands. As a team that was previously partnered together to pursue the 72nd Street Community Complex Design Build, we possess intimate knowledge of the project, including having completed site test fits and conceptual designs, that were designed to program and budget. Our task is to ensure this project is an asset to the community and a harbinger to the level of design quality expected by the residents of this community. VITA a WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 9 DocuSign Envelope ID: 4A06ACD9-6I3A8-4EE2-ADD5-F491B51B8544 RELEVANT PROJECT LIST Status / Year Project Name Client Completed jVl E V u c a v m c m a E a v C w tj > c�i ¢ U)) UI ? c a E m a L) 3 Y 3 Y� a a f GI o a m o u John Marble Park Manatee County Design Bayhead Action Park City of Largo Design Phillies Carpenter Complex City of Clearwater Design Shore Acres Recreation & Aquatics Facility City of St. Petersburg 2022 C.R. Kelly Recreation Center City of Gainesville 2022 Wesley Chapel Recreation Center Pasco County 2021 Countryside Athletic Facility City of Clearwater 2020 St. Pete Pier Approach Park City of St. Petersburg 2020 Phillies Spectrum Field Improvements City of Clearwater 2019 (Design) 2019 Sabrina Cohen Adaptive Recreation Center City of Miami Beach (Concepts) Butler Park Pool City of North Port 2019 Bayfront Park Rec. Center Master Plan Town of Longboat Key 2019 Pompey Park Community Center Master Plan City of Delray Beach 2019 Julian B. Lane Riverfront Park City of Tampa 2018 Morningside Rec. Center City of Clearwater 2018 NPR Rec. & Aquatics Center (addition/renovation) City of New Port Richey 2018 North Tampa Christian North Tampa Christian Academy Academy 2018 Phillies Spring Training Facility Expansion City of Clearwater 2018 (Design) Doral Legacy Park & Rec. Center City of Doral 2018 Orlando City Soccer Training Complex The Tavistock Group 2017 (Design) Bayfront Park Implementation Town of Longboat Key 2017 Calvary High School Athletic Facility Calvary Christian 2017 Crest Lake Park Master Plan City of Clearwater 2017 Sims Park Master Plan & Implementation City of New Port Richey 2016 Madeira Beach City Centre & R.O.C. Park City of Madeira Beach 2015 Fossil Park Master Plan City of St. Petersburg 2015 LCC Life Center Athletic Facility LCC Day School 2013 Gladden Park Rec. Center (addition/renovation) City of St. Petersburg 2013 Northwest Aquatics Center City of St. Petersburg 2013 - Southwest Recreation Center (renovation) City of Largo 2013 Wildwood Recreation Center (renovation) City of St. Petersburg 2013 Northshore Pool (addition) City of St. Petersburg 2012 Shorecrest Athletic Facility Shorecrest Prep School 2011 Morgan Family Community Center City of North Port 2011 Phillies Training Facility Renovations City of Clearwater 2011 Bayfront Park Master Plan Town of Longboat Key 2011 Largo Community Center City of Largo 2010 Progress Village Sports Park Hillsborough County 2010 North Greenwood Rec. Center (renovation) City of Clearwater 2010 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM COLLINS PARK MIXED -USE PARKING GARAGE �i AIL Location: The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of Miami Beach, FL retail and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride share provisions. The design is based on "Arts & Letters", a term referring to the Firm Role: fine arts, performing arts, and liberal arts, all considered together. With The Arts & Letters Prime Consultant Garage, it presents a new signature building for Collins Park, the cultural center of Miami Architect of Record Beach. Arts & Letters is a project -based installation that transforms the Collins Park garage and its breathable, perforated metal skin into a poignant word matrix that represents the Team: collective memory of the neighborhood as a distinct cultural place. The project is both LEED Marcel Morlote Gold and ParkSmart Certified and incorporates resiliency measures such as raised finished Rafael Labrada floor to accommodate future raising of adjacent streets. Critical components including FP&L Aris Garcia vault, fire pump and electrical room are protected from flooding. The scope also includes David Vazquez significant off -site improvements, including conversion of a street from vehicular to a pedestrian park, a "table top" traffic calming feature, street lighting, revised street geometry Schedule: and water and sewer extensions. The project includes state -of -the art parking controls and 2020-2022 collection system and automated lighting with vehicular and pedestrian motion sensors Completed: 2022 to reduce lighting when not occupied. The garage has the latest in parking technology, including automatic parking rate adjustments that adjust rates hourly dependent on Design Fee: demand, intelligent parking signage and direction. Interior lighting systems are automated $950,000 with motion sensors and have dimming capabilities. Client: The project is a recipient of a 2022 award of excellence by the Florida Parking & City of Miami Beach Transportation Association Board of Directors. In addition, the Collins Park Garage was the Carla Dixon city's second project to achieve the U.S. Green Building Council's Leadership in Energy and (305) 673-7071 Environmental Design (LEED) Gold building certification. It also received a Parksmart Silver carladixon@miamibeachfl.gov certification. /,1A H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 11 � NIT _.,. Q � � • . , •�'�`-�, � 1UCC�M YU�ME�2�-FNpVF��, _.: yjkjC,L SET% R M R A B t eM0Vgp! u`E� i1- lo a 1 8 HZgER 10�E 4 1 �'PUycR�� M N AI pMT uQNACPT N TgMNR,Hu0,v'lydi Mpg q ;A C 0 L A P L U I {R� � ■ x � K DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 WYNWOOD DS Location: Wynwood, FL U Firm Role: New 8 story mixed -use project located in the heart of Wynwood, which includes 40,000 Prime Consultant S.F. of retail, 40,000 SF of office space, and 6 level parking garage that accommodates Architect of Record 428 parking spaces. The design of the facades will become a "canvas" for graffiti artists to create their art piece in situ; what Wynwood is known for world wide. The metal panels can Team: be removed and the art sold and replaced with new pieces. WeWork occupies the entire Marcel Morlote office plate and Punch Bowl occupies the ground floor. To minimize construction costs, the Rafael Labrada garage is constructed of conventional pre -cast concrete structure with the metal "skin" Aris Garcia attached to the concrete structure. Isolation detailing was employed to minimize vibration David Vazquez sound from the garage into the office/retail spaces. While the skin has penetrations, the garage is mechanically ventilated to comply with codes. The garage has the latest in Schedule: parking technology, including automatic parking rate adjustments that adjust rates hourly 2016-2018 dependent on demand, intelligent parking signage and direction. Interior lighting systems Completed: 2018 are automated with motion sensors and have dimming capabilities. The project has been the recipient of several design excellence awards. Design Fee: $1,204,000 (Core and Shell) Client: Goldman Properties Victor Sanchez (786)525-6921 victor@goldmanproperties.com ILIA ,M WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 13 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM TOMBWANNEMACHERJENSENARCHITECTS IIWOLFBERGALVARE/AND PAP iNIPS GREAT DESIGN WITHIN BUDGET 1 14 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 REGATTA HARBOUR MIXED -USE GARAGE 9 Location: Miami, FL Miami Parking Authority (MPA) selected WA after an exhaustive evaluation and selection Firm Role: process as the design firm responsible for this highly visible and important project located Prime Architect at the intersection of Pan American Dr., the main access to City of Miami City Hall, and S. Bayshore Dr. for the Grove Bay Park Parking Garage. The project includes 540 parking Team: spaces and 33,500 GSF of retail on a 4-level structure. The facade design is inspired by the Marcel Morlote original use of City Hall as a sea terminal for Pan American Airlines, which employed sea Rafael Labrada plane service from the site. The garage levels of the facade employs an open steel mesh Aris Garcia to conceal the vehicles from exterior view, as required by the Miami zoning code, and is a David Vazquez canvas for the introduction of "art -in -public places" which tells the history of the site via graphics and text. To provide visual enhancement from the tall adjacent developments, the Schedule: upper level employs an extensive trellis with canvas "sails", further tying the project to its 2018-2020 location and adjacency to Biscayne Bay. The garage employs a PSI joist system to minimize Completed: 2020 overall building height as required by the City. The exterior skin was carefully detailed to allow the garage to be classified as an 'open garage"; a requirement of Miami Parking Design Fee: Authority (MPA). The development was carefully master planned to physically separate $988,400 pedestrian activity from vehicular traffic, including pedestrian promenades that connect to the bay and a "pocket park" that is an amenity for the project and adjacent City Hall. The Client: project includes state of the art parking controls and collection systems. The project is Miami Parking Authority (MPA) located in a flood zone requiring the design to resist flooding and sea level rise. The garage Jennifer Garcia has the latest in parking technology, including automatic parking rate adjustments that (305) 373-6789 adjust rates hourly dependent on demand, intelligent parking signage and direction. Interior jgarcia@miamiparking.com lighting systems are automated with motion sensors and have dimming capabilities. The project is a a recepient of a design excellence recognition and award. ,'/A 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I is DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 801 LINCOLN ROAD Location: Miami Beach, FL Firm Role: Prime Consultant Architect of Record Team: Marcel Morlote Rafael Labrada Aris Garcia David Vazquez Schedule: 2018-2020 Completed: 2020 Design Fee: $640,000 (Core and Shell) Client: Terranova Corporation Joshua Gelfman (212) 920-1728 jgelfman@terranovacorp.com H The project consists of a new 3-story retail core and shell with an area of approximately 40,413 S.F. and a restaurant/bar located on the roof. WA was the Architect of Record and collaborated with Shulman + Associates. The building is one of two that Terranova developed, geared to expand the Lincoln Road shopping district from the pedestrian promenade to 17th Street. The scope of the work included renovations to a historical building located on Lincoln Road, including tenant improvements. �1be1 ILIA I'l WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I is DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM Morning '10 _ s Night I r 41 ILIAB WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 17 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 723 LINCOLN LANE (MARSHALLS) Location: Miami Beach, FL Firm Role: Prime Consultant Architect of Record Team: Marcel Morlote Rafael Labrada Aris Garcia David Vazquez Schedule: 2017-2020 Completed: 2017 Design Fee: $688,000 (Core and Shell) Client: Terranova Corporation Joshua Gelfman (212) 920-1728 jgelfman@terranovacorp.com The project consists of a new 45,000 S.F., 3-story multi -tenant retail core and shell. WA was Architect of Record and collaborated with Shulman + Associates. The ground floor houses a food court with interior and exterior seating. WA also designed a roof top bar - restaurant and was responsible for the Marshall's interior improvements. This is one of two projects developed by Terranova to expand the Lincoln Road shopping district north on Meridian Avenue. TiTA YA'SMA WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 18 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM ILIA UT WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 19 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM St. Petersburg Pier Approach and Park T,TA The Pier Market is the entry component of the twenty -acre Pier Approach promenade. The Location: design intent is to create a pedestrian -oriented space with carefully integrated vehicular St. Petersburg, FL and bicycle traffic that links downtown with the pier. The Pier Market design begins with the consideration of the site. The intent is for the half -mile walk from Bayshore Drive to the Client: Pier to serve as a culture connection from the city's density to the water's edge. Visitors will City of St. Petersburg experience a multipurpose entry market that serves as an active local artisan Market during 1 4th St N, the week and a quiet art promenade during market off hours. St. Petersburg, FL 33701 Raul Quintana, City Architect PIER MARKET, A STEWARD OF FLORIDNS ECOLOGY (727) 893-7913 The purpose of the design is to accentuate what makes Florida life unique; and to do so, raul.quintana@stpete.org the strongest elements of Florida ecology must be taken to consideration, including sun, wind, water. Design Budget: $575k Sun: The Pier Market canopy is an integrated roof of translucent glass photovoltaic panels that protect the space below it from overexposure and unnecessary heat gain while also Construction Budget: harvesting solar radiation that is placed back into the city grid. The design minimizes waste $20m by not introducing another roofing material, but rather by integrating the structural purlins directly to the photovoltaic panel supports rails. Firm Duties: Master Planning, Complete Wind: The Pier market canopy is lifted to allow for the bay breeze. The spaces between the Architectural & Interior Design market stalls and canopy also form a passage for natural ventilation. In the open position, Services the market stalls deploy a 9' canopy for more intimate shade and protection from rain. Completion Date: Water: With over 5300 linear feet of waterfront, the goal is to bring people to the water in a 2020 more engaging way and to improve the ecology of the area. The waterfront edges provide a variety of spaces for gathering and interacting with the water, including hard and soft edges. ILIA 11A WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 20 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 The jury lauded St. Pete Pier for exemplifying a shift towards community - oriented planning processes to produce a reimagining of a local landmark designed to meet community needs and improve the sustainability of the pier. — ULI Jury Statement, Global Awards AWARDS 2022 Urban Land Institute Global Awards for Excellence 2022 Urban Land Institute Americas Awards for Excellence 2022 Chicago Athenaeum Green Good Design Award 2022 AIA Florida Sustainability Award 2021 CREW Tampa Bay Community Impact Award 2021 AIA Tampa Bay Design Award 2021 ENR Southeast Best Landscape/Urban Development 2021 ABC Florida Gulf Coast "Excellence in Construction" 2020 Excellence on the Waterfront Honor Award 2020 AIA Tampa Bay H. Dean Rowe Award of Excellence 2020 Best Infrastructure Project of 2020 - Architects News 2020 USA Today's Reader's Choice #2 Best New Attraction 2018 AIA Florida Honor Award 2017 World Landscape Architecture Award 2016 International Design - Gold Medal for Urban Design ILIA2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 21 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM GREEN APPROACH The Pier Approach is a 20-acre former parking lot between St. Petersburg's downtown and central pier. The new design creates a civic and ecological park experience between the downtown and the water. The pedestrian experience encourages people to enjoy the area on foot through an urban pedestrian spine that reaches from the downtown to the pierhead. REPURPOING ROADWAY: The original Market site was a 7-lane vehicle centric corridor relegating pedestrians to small sidewalks without opportunities for programing. We consolidating the traffic to two lanes on one side and gave this main axis back to pedestrians. At its core, this project sought to re -purpose vehicle space for highly programmed, flexible public space extending a vibrant downtown towards the pier. RENEWABLE ENERGY: Rather than a conventional shade shelter along the spine, solar panels are used to reinforce the city's commitment to sustainability. While harvesting energy to put back into the City grid, these panels shade pedestrians along the entire length of the market. SUSTAINABLE SITES MATERIALS AND RESOURCES: Sustainable materials were selected throughout the project based on recycled and renewable raw materials and longevity; low maintenance qualities that continue to be sustainable for future generations. All decking was bamboo composite decking system and rather than a traditional playground, this marine themed playground is built entirely of naturally renewable materials. The design brings the Florida ecology into a child's story book that pier families can explore and focus on natural and non -prescriptive play within a natural landscape. STORM -WATER MANAGEMENT: The storm -water management was designed to reduce storm - water runoff to pre -development conditions and significantly improving the water storage capacity. The design includes moments of connection between nature and landscape allowing people to experience these pockets of serenity. It also allows the storm ponds to teach and celebrate some of Florida's ecosystem within the park. SUSTAINABLE LANDSCAPES: The Pier Approach's design goal was to create ecologically friendly relationship between the natural and built environments. The landscape was designed to minimize the need for fertilizers and pesticides through selection of native plant species and control of ground and surface water runoff. 7 1' ------------------------------------------------------------------------- ►CIA H WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 22 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM INNOVATION Contextualizing the concept to adapt it to the specific pier dis- trict environment was a guiding principle that allowed for the de- velopment of a flexible structure that successfully responds to the program dynamics and embraces its context. ECONOMIC SUSTAINABILITY AND EQUITY: The Market Stalls promote equity by allowing diverse groups such as minority and women owned businesses to sell their products promoting business startup opportunities. The design allows for vendors to quickly pack and unpack their items without the need to close the Pier Approach down before and after market hours. By being a semi -permanent market, this reduces the overall transportation needs for the operation. The compact nature gives space back to the pedestrian for other activities throughout the day and into the night. The murals on the Market Stalls are a preview that inform and invite pedestrians to further explore the city, a simple nod to the vibrant culture and community that resides here. WWI 'I aMiumeli 2. GALLERY PROMENADE (BOOTHS CLOSED) 3. EVENT SPACE A' A '+ OL ILIA 13 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREA I D! SIGN WITHIN BUDGET 1 23 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM Waterfront Commons YJA Location: The City of West Palm Beach for many years has had a vision for the redevelopment of their West Palm Beach, FL waterfront, with the intention of building a "world class amenity that will enhance the beauty and utility of the waterfront and create a spectacular civic space". This marriage of Culture, Client: Art & Design was conceived over many years of concept development with the city's planning Catalfumo Construction & department and Michael Singer Studio. WJA Boruff Studio (previously Stephen Boruff AIA Development, Inc. Architects + Planners Inc.) was engaged by CH2MHILL, (also a schematic design team member) to Dan Catafumo, Owner assist in finalizing the waterfront commons architecture. The project has now come to fruition in 3701 Catalfumo Way South the form of a design/build teaming of Catalfumo Construction & Development Inc. and WJA. Palm Beach Gardens, FL 33410 (561) 694-3000 As Architect of Record, WJA has worked closely with the schematic design, succeeding in making the City's vision a reality. With an ambitious schedule and a project demanding creativity in all Design Budget: aspects of design, planning and construction, the team's responsibilities included transforming the $1.04m myriad of conceptual project features into real buildings, water features, gardens & civic spaces, reclaiming valuable but underused landscape & waterscape. As a result, downtown West Palm Construction Budget: Beach will be re -connected to the waterfront, forever changing the dynamic of the city. $30m The Waterfront is over a 1/2 mile long and encompasses over 12.5 acres along the Intracoastal Firm Duties: Waterway. The new civic space revitalizes the City's historic downtown and restores the natural Architect of Record beauty of West Palm Beach's waterfront. The design relocated the Public Library from the base of Clematis Street, opening waterfront views and views of Palm Beach Island, and access to a large Completion Date: public commons green space. Shaded garden pathways along both North and South Clematis 2010 Streets have several unique sculptural water gardens. The main central space of the commons was designed to accommodate major downtown events such as the Palm Beach Boat Show, Sunfest and the 4th on Flagler. An estimated 80,000 people attended the grand opening celebration. ILIAD WANNEMACHER JENSEN ARCHITECTS I i WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 24 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 ►IIA ,M WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 25 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 Doral Legacy Park a V Aft VIVA Location: Doral Legacy Park is an 18-acre recreational park and two-story 38,280 S.F. LEED Silver Doral, FL recreation building that will provide the City of Doral with a vibrant social and active space that fosters community development while respecting the boundaries of the residential Client: communities that surround the park. Located on the northern boundary of the City of Doral City of Doral and divided into two unequal parcels by a collector road, the unique conditions of the site 11400 NW 82nd St, Doral, FL provided an opportunity to explore the concept of a city gateway that weaves the park and 33178 the city into a welcoming gesture accentuated by the vibrant activities of the complex. This Barbie Hernandez, City condition presented a technical challenge that required careful design consideration for Manager program placement and safe passageway above the busy street for the park users and staff. (305) 593-6697 A pedestrian bridge extends from the eastside of the recreation building to provide a safe barbie.hernandez@cityofdoral. passage over the busy road that divides the park into two parcels. The program elements were com carefully placed to highlight the many activities of the building and park into the street edges to activate interest in fitness and wellness. Design Budget: $464k The recreation program provides a variety of indoor and outdoor opportunities for active and passive recreational activities for all ages. The recreation building includes a double Construction Budget: gymnasium, multi -purpose and activity rooms, and indoor playground. The recreational park $20m includes a civic lawn, band shell, oval shelters, splash pad, outdoor playgrounds, football/ soccer fields, softball / baseball field, basketball courts, beach volleyball courts, tennis courts, Firm Duties: storage/concession/restroom buildings, walkways and bike paths. Complete Architectural & Interior Design Services Completion Date: 2018 ILIA 13 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 26 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE 8 QUALIFICATIONS OF THE PROPOSING FIRM 2 VITA 71 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 27 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 Julian B. Lane Riverfront Park TA rr Location: The Tampa River Center is the iconic center of the Julian B. Lane Park in Tampa. The team Tampa, FL reprogrammed and reimagined an underutilized park on the west side of Hillsborough River into both a community resource and a new destination on the downtown Tampa Riverwalk. Client: It houses boat storage facilities for a variety of local boating communities and provides W Architecture & Landscape public multiuse spaces for meetings, cultural events, and recreation. In a new excavated Architecture inlet carved from the riverbank, the boathouse affords spectacular views of downtown, 374 Fulton Street, Third floor and is a monumental and visible destination attracting visitors. The two-story Community Brooklyn, NY 11201 center and boathouse built into the graded shoreline, is directly accessible from the ground Barbara Wilks, Founding on both levels. Its architecture is defined by a dramatic sloping roof floating above the Principal base, supported by wooden columns. The lower floor at the River Promenade, contains (212) 981-3933 boat storage for human -powered craft including single, double, and quad sculls. The upper bwilks@w-architecture.com level is a flexible community center for educational purposes, large events and training, with a large multi -purpose room, classrooms, public restrooms, management office, and Design Budget: a catering kitchen. The generous roof shades the glass -enclosed upper floor and shelters $40k (for WJ only) the wraparound public viewing terrace oriented toward downtown Tampa. A public park containing a series of recreational and support facilities located on the Hillsborough River Construction Budget: provides access to the water, space for educational programs, performances, events, $36m picnics, training, and meditation. Firm Duties: A material study revealed appropriate resilient materials for Florida's severe climate. Construction Administration Hurricane -resistant cladding and sun protective layers were chosen to withstand the weather and add to the vernacular of the resilient built environment. Boat storage is veiled Completion Date: by aluminum screening allowing the stored boats to be partially visible, and water to flood 2018 into and recede from the concrete base. The timber framed upper floor is covered in a rain screen, shaded by the wooden roof. A rain garden at the upper entrance collects and filters runoff from the roof which is returned to the Hillsborough River. VIVA WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 28 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 r _4 j - t __—. 1. r � e • +r � VAGNMERMAa. IL ILIA13 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 29 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 TJT'4 FAST Aquatics A* M-14-1,11-111in , -- E Location: The Florida Aquatics Swimming & Training (FAST) facility is the new premier aquatic Ocala, FL training and Olympic training competition venue in the Southeast United States. The facility provides elite training for swimmers of all levels with the goal of producing the next Client: generation of future champion swimmers. On Top of the World, LLC 8445 SW 80th St. The natatorium features an indoor cast -in -place concrete 10-lane/50-meter/25-yard Ocala, FL 34481 Olympic competition pool with seating for more than 2,000 spectators. The outdoor "L" Jim Walkup, Project Manager shaped pool includes the 5-lane 25-yard warm-up area and 7-lane 50-meter/25-yard/25- (352) 873-0848 meter 2021 Olympic Trials warm-up pool by Myrtha Pools with a second level outdoor deck. jim_walkup@otowfl.com There are two indoor/outdoor video scoreboards with Colorado Timing System as well as a timing room. The facility is equipped with top -tier equipment to train, host, and engage in Design Budget: recreational activities at the local, state, regional, and national level. $1.1 m The project includes meeting spaces for teams and coaches as well as a combination of Construction Budget: 2,500 sf aquatic and dryland fitness spaces for athletic cross training that provides a full $34m programming opportunity for athletes. There is also an outdoor splashpad has decorative play structures for children. Firm Duties: Master Planning, Complete This project was completed with Counsilman Hunsaker as the aquatics consultant. Architectural & Interior Design Services Completion Date: 2022 /CIA D WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 30 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM TOM71 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 31 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 Flamingo Park Master Plan and Tennis Center U WA has commissioned to provide a park wide master plan for this historic 36 acre park, that would Location: identify individual projects for renovations and improvements, security, complete lighting upgrades Miami Beach, FL for playfields and ambient lighting and ADA upgrades for certain venues; such as for baseball and softball bleachers, tennis center, park offices and exercise area. As a result of the master plan, Client: several pull-out projects where identified with implementation at different milestones to minimize City of Miami Beach the impact on the primary park for Miami Beach. The initial project was a new 7,000 S.F. Tennis Thais Vieira Center, with 17 hydro clay courts. The Tennis Center has a proshop, restrooms/lockers, multi- (305) 673-7071 purpose room, observation platform and ancillary spaces: equipment storage, office, game room, ThaisVieira@miamibeachfl.gov etc. Other projects previously completed or presently under construction include a new soccer field, complete renovations to the baseball diamond, including public restroom and bleacher ADA Design Budget: upgrades, complete renovations to the softball field, a new dog park, a new outdoor play area $350k and significant remodeling of the handball/racquetball courts. Recently, WAS scope of work was amended to include park wide improvements associated with resiliency upgrades, principally Construction Budget: consisting of storm water retention. $5.5m Firm Duties: Architect of Record Completion Date: 2012 ILIA H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 32 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE 8 QUALIFICATIONS OF THE PROPOSING FIRM ,,1A 13 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 33 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 Morgan Family Community Center & Aquatics Complex Location: This new 33,300 sf Recreation Center on 42 acres in North Port targets youth activities but was North Port, FL designed with a multi -use facility concept to meet the interests of the entire community. The concept was to bring the outside park setting inside within a mid-century modern architecture Client: vocabulary of large glazed wall areas, organic curved surfaces, natural stone both inside and out, City of North Port and expansive covered and uncovered exterior program areas. Featured amenities are an expanded Sherry Borgsdorf, Director of gymnasium with 6 basketball backboards, fitness center, dance room, teen lunge, multipurpose General Services room, game room, arts and crafts room, meeting space and outdoor social areas. Substantial (727) 587-6720 time was spent obtaining input from the community, the staff and the City Commission during the programming and conceptual design phases. Design Budget: $570k The project was completed in two phases. Phase 2 includes Butler Park Pool, an aquatics center, that shares the site with the existing sports facility and Morgan Family Community Center was also Construction Budget: completed by WJA. Aquatic amenities include a 25-meter x 25 yard pool, lazy river, leisure pool $18m with spray features, bath house, concession, restrooms, office areas, filtration building, bleachers, shade structures, and site furnishings. Firm Duties: Master Planning, Complete This project was completed with Counsilman Husaker as the aquatics consultant. Architectural & Interior Design Services Schedule: 2011 (Phase 1) 2019 (Phase 2) VIVA KWANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 34 DocuSign Envelope ID:4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM 2 I ILIAIM WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 35 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM Madeira Beach City Centre: Fire Station, Rec. Center, City Hall, YA and ROC Park Location: Madeira Beach, FL Client: City of Madeira Beach 300 Municipal Dr, Madeira Beach, FL 33708 Doug Andrews, Recreation and Events Director (727) 392-0665 x 505 dandrews@madeirabeachfl.gov Design Budget: $660k Construction Budget: $12m Firm Duties: Master Planning, Complete Architectural & Interior Design Services Completion Date: 2015 This new waterfront recreation center, city hall and fire station was designed as a community park complex with civic presence. The buildings were designed for maximum efficiency, while taking advantage of the full waterfront exposure for both the new city hall and recreation center. Floor to ceiling windows in the multi -purpose room and fitness center offer waterfront views, as do the city hall offices. A covered boardwalk fronts the city hall entrance, then wraps around to create a deck behind the multi -purpose building. The special event spaces are all adjacent to the water and are the centerpiece of the new municipal complex. Special attention was paid in developing a program that would provide the city with revenue generating opportunities for years to come. The complex features three NCAA regulation baseball fields, outdoor stage for concerts & festivals and four separate rentable multi -purpose spaces that have been the venue for everything from weddings to yoga classes. ILIA 0 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 36 DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS OF THE PROPOSING FIRM ,,/� "M WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 37 II: L)uaifl Pronc once & rations r 0 • m DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Organizational Chart M AMI BEACH EXPERIENCE S QUALIFICATIONS PROPOSERS TEAM 3 ... Marcel Morlote, RA PRINCIPAL -IN -CHARGE r a0. YEARS WITH WA WJ C reate Jason Jensen, AIA, LEED AP Rafael Lab rada, RA, LEED AP Ceasar Herran, PE, LEED AP PRINCIPAL DESIGN ARCHITECT PROJECT MANAGER MECHANICAL ENGINEER C O N S T R U C T 1 0 N Harold Somarnba Aris Garcia, RA Andrew Williams In -House Cost Estimation PRINCIPAL.OUAIJICONTROL LEAD ARCHITECT PLUMBING AND FIRE PROTECTION DESIGNER John Crum, CSC Natalia Livian, AIA, LEED AP BD+C David Vazquez PRINCIPAL COST ESTIMATOR PROJECTMANAGEA ARCHITECT Diego Martinez PROJECT ARCHITECT Lorena Martinez INTERIOR DESIGNER si unsaker �) E S 11 11 t� KEI TH ` S EQ U I L .,., ,Inlw. -u.m.�...wN.,.,. uL E_ ing Ii,sprL¢O Des�y��. Electrical + Low Volatge Aquatics Parking Studies Civil Engineer LEED / Resiliency Landscape Architecture Ernesto Aloma, PE Jeff Nodorft, PE, LEED AP, BD+C Timothy Tracy Mark Castano, PE Mauricio Toro, LEED GA BD+C Barbara Wilks, FMA, FASLA PRINCIPAL, ELECTRICAL ENGINEER PRINCIPAL EXECUTIVE VICE PRESIDENT I COO DIRECTOR OF CIVIL ENGINEER PROJECT MANAGER, SUSTAINABLILIEY SERVICES PRINCIPA L41-HARGE LANDSCAPE ARCHITECT Jose I. Martinez, PE, LEED AP Carry Dennis, MSME Christian R. Luz, PE, AICP Carlos Morales Marco Burgos, PE, LEED AP PRINCIPAL I MECHANICAL ENGINEER PROJECT DIRECTOR ASSOCIATE VICE PR E SIO ENT PROJECT MANAGER SENIOR ENGINEER Hector Castillo, PE Jesse Peters, CxA ca.Yl�. o:o:Gano b Assxmaes. D�� SR, ELECTRICAL ENGINEER / tnt�rtek. Traffic Engineering COMMISSIONING AGENT ,; �DDA Psi Resiliency Ena Gonzalez, PE TRANSPORTATION PROJECT MANAGER ,1 _ ~(� a Gianno Feoli, PLA .. Structural Engineer Geotechnical Q, R I B _ .COST DIRECTOR OF LANDSCAPE AND URBAN DESIGN Aida M. Albaisa, PE John Emerson, CSP, CIEC, FLMA A RU P Michael Conner, RLA Building Envelope PRINCIPAL PRINCIPAL INDUSTRIAL HYGIENIST Cost Estimation SENIOR LANDSCAPE ARCHITECT Robert Whitcomb, Ernesto Wong, PE Jose Gomez, PE, D.GE, F.ASCE Marcelo Salazar Jenne Marbnetti, PE AIA, RRC, CSI, CDT, CIT, RRP PARTNER, STRUCTURAL ENGINEER CHIEF GEOTECHNICAL ENGINEER Lighting Design PROJECT MANAGER, SENIOR COST ESTIMATOR DIRECTOR OF ENGINEERING FORENSIC ARCHITECT Alexander Lopez Christoph Gisel Leigh Shaw, CCP, LEED AP BD+C PARTNER LIGHTING DESIGNER SENIOR COST ESTIMATOR ,,/�,�—NNEMACHER JENSEN ARCHITECTS IwOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN w1THINBUDGET I 39 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Jason Jensen, AIA, LEED AP ROLE PRINCIPAL DESIGN ARCHITECT EXPERIENCE 21 EDUCATION Master of Architecture University of Florida, 2001 Jason Jensen is a licensed Architect and the Managing Principal of WJ Architects, an interdisciplinary architecture firm that specializes in municipal and community focused projects. He will be the Lead Architectural Designer for this project and will be responsible for overseeing the overall design of the project from beginning to end. A University of Florida graduate, Jason began his career in New York before returning home with the goal of promoting the innovation of architectural design across Florida. Jason has ample experience designing city halls, government offices, and service center facilities for a diverse mix of clients and applications. A strong advocate for sustainable architecture, Jason seeks to integrate green design elements into every project. He has led the design efforts on some of Florida's most forward -thinking municipal projects including the Madeira Beach City Centre and Largo Community Center, the first Community Center in the nation to earn LEED Platinum certification. With each project and any given set of parameters or challenges, Jason strives to provide creative design solutions that promote community and client ambitions, advance creative development, redefine conventions, and generate purpose driven solutions. SELECTED EXPERIENCE: Doral Legacy Park Doral, FL New recreational complex that includes a 35,000 sf community center and an 18 acre recreation park with sports recreation facilities. The recreation center includes an double gymnasium with elevated exercise track, community/cultural room with seating capacity for 200 people, a senior room, arts and craft room, recreational room, aerobics/dance room, multi -purpose room, indoor playground, offices and conference room. Pompey Park Recreation Center, Delray Beach, FL CREDENTIALS This project includes Park Master Planning and Schematic Design for the Construction of New Registered Architect: FL Community Center to replace the existing recreation facility. AR94244 NCARB Certified Morgan Family Community Center, North Port, FL Accredited LEED AP Professional New 33,300 sf Recreation Center that sits within a 42 acre park. Featured amenities include an expanded gymnasium with 6 basketball backboards, fitness center, dance room, teen lounge, 39 FIRM AWARDS INCLUDING: multipurpose room, game room, arts and crafts room, meeting space and outdoor social areas. (1) International Award (3) Florida AIA Design Awards (24) Tampa Bay AIA Design Awards 2022 AIA Florida Sustainability Award for Design Excellence - St. Petersburg Pier Approach and Park 2016 AIA Tampa Bay H. Dean Rowe FAIA Award for Design Excellence - Madeira Beach City Hall PROFESSIONAL AFFILIATIONS St. Petersburg Chamber of Commerce Largo Community Center, Largo, FL New 30,000 sf LEED PLATINUM Senior Focused Community Center built to replace an existing center. The facility includes a 5,500 sf auditorium that seats up to 450 people, a full service kitchen, a large multipurpose room, blackbox theater, fitness center, ballet/dance room and four multipurpose classrooms. City of Miami Beach Fire Station #t, Miami Beach, FL A new Fire Station #1 Facility, which will house the 911 Call Center Dispatch is currently in design. This will be a state of the art Category 5 hurricane hardened building. The currently standing building will become the back-up center. Ocala Aquatics Center, Ocala, FL Indoor and Outdoor Aquatics Center consisting of 50m Pool, 50m L-Shape Myrtha Pool, and 2,300 sf Fun Pool. The 47,000 sf Indoor Aquatics Complex is supported with by Locker Rooms, Fitness Center, Multipurpose rooms, a Party Room, concessions, administrative and lifeguard offices., mechanical and storage rooms, and pool pump rooms. CONTACT Ocala Community Center, Ocala, FL 132 Mirror Lake Dr N., Unit 301 This projects includes an in-depth market analysis and the design of a comprehensive masterplan St. Petersburg, FL 33701 for the development of a new Community Center and surround Park. The project included jason@wjarc.com extensive stakeholder interview and community workshops to gauge public interest and 727-308-2711 determine the overall program. The project includes the development of conceptual floor plans, renderings, and cost estimate.d pool pump rooms. /1/A H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 40 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Harold Somarriba Harold has an extensive 15 year portfolio of South Florida experience. While in Miami, Harold managed large and complex projects that include the $500M Miami Central Station. Harold has also spent several years in the construction field as a construction administrator working closely with contractors and owners on day to day construction services. This experience both in and out of the office has allowed him to contribute effectively to projects at a variety of scales, budgets and specialties. Since joining WJ Architects, Harold has managed many significant projects including City of Doral's largest park and recreational center and Madeira Beach's Municipal Complex. SELECTED EXPERIENCE: ROLE PRINCIPAL, QUALITY Doral Legacy Park, Doral, FL CONTROL New recreational complex that includes a 35,000 sf community center and an 18 acre recreation park with sports recreation facilities. The recreation center includes an double gymnasium with EXPERIENCE: elevated exercise track, community/cultural room with seating capacity for 200 people, a senior 21 years room, arts and craft room, recreational room, aerobics/dance room, multi -purpose room, indoor playground, offices and conference room. EDUCATION: Masters of Architecture, Pompey Park, Delray Beach, FL University of Florida 2001 This project includes Park Master Planning and Schematic Design for the Construction of New Community Center to replace the existing recreation facility. AWARDS: Earlington Heights Metrorail Madeira Beach City Centre, Madeira Beach, FL A new 39,200 sf waterfront City Hall, Recreation Station Center, Park and Fire Station designed as a community park complex with civic presence. AIA Florida - Award of Honor The recreation program includes a banquet hall, multipurpose rooms, fitness gym, kitchens, 2006 - AIA Miami - Award concessions, NCAA baseball & softball fields, basketball, playground, band shell stage, and Honorable Mention 2006 sustainably landscaped park. Design Architect for Casa Chiara, St. Pete Pier Approach Park, St. Petersburg, FL AIA Miami Chapter Award of 20 Acre Waterfront Park Renovation. Design of the Approach, Uplands, and Pier Head. Program Merit elements include a beach -side grill, bicycle and watercraft rental, kayak condos, courtesy and transient docks, shaded promenade, terraced seating and fishing platforms. The project also SARA Society of American includes a waterfront restaurant. Registered Architects, Award of Merit - 2007 Orlando City Soccer Training Complex, Lake Nona, FL A new state of the art training complex including 6 practice fields, concession, spectator stands Florida AIA Bronze Medal April and clubhouse. The clubhouse includes multiple locker rooms, administrative and coaching 2001 offices, weight room, kitchen and press conference space. SPC Student Success Center, St. Petersburg, FL New 3 story student services building that includes offices for various departments including; student registration, financial aid and career development. Other facility program includes; testing labs, stem labs, tutoring and group study space, multi -purpose flex spaces, outdoor covered terrace, conference space and a centrally located coffee shop. Floor to ceiling glass spans the communal areas providing view to the exterior lake Miami Intermodal Center, Miami Airport Metro Station, Miami, FL* New Miami Airport Metro and Metro Bus Station with connection to the Miami Intermodal Center, 2.5 miles of light rail tracks and a multilevel station for Metro and Metro Bus. • Pinnacle Group Affordable Housing Communities, Various Mid -Rise Building Towers, *Individual Experience Miami, FL* • 10th St. Auditorium, Lummus Park, Miami Beach, FL* /,/A 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 41 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Natalia Livian, AIA, LEED AP BD+C After earning her Master's Degree, Natalia moved to New York City where she lived and worked for 12 years on award winning projects such as One Bryant Park, The Stephen Sondheim Theater, Skanska USA LEED Platinum Offices as well as many other projects. During her time in New York and while working for CookFox Architects, an award winning and sustainable minded firm, her passion for design and sustainability grew and flourished. There she worked on some of the most environmentally forward thinking projects in the country including their own offices, the first LEED Platinum Commercial Interior Office in New York City and One Bryant Park, first LEED Platinum Tower in the USA. Natalia joined Wannemacher Jensen Architects two years ago and has led the Miami office as Studio Director. She is an architect licensed in both Florida and New York and is a LEED BD+C accredited professional. ROLE: SELECTED EXPERIENCE: PROJECT MANAGER Fairway Village Community Center, Largo, FL EXPERIENCE: Demolition of the existing clubhouse and the design of a new 15,000 sf clubhouse consisting of 24 years multi -purpose rooms, workout rooms, catering kitchen, meeting rooms, board room, library, stage with sound control room, and storage room. EDUCATION: Masters of Architecture, Miami Beach Fire Station 1, Miami Beach, FL University of Florida 2001 A new station #1 Facility will house the 911 Call Center Dispatch is currently in design. This will be a state of the art Category 5 hurricane hardened building. The currently standing building will CREDENTIALS: become the back-up center. AR97614 - FL AR035637 - NY Buya Ramen, Miami, FL LEED Accredited Professional A 3,500 sf Japanese restaurant that will expand the BUYA restaurant brand into Miami, FL. The project is currently in permitting. CONTACT 815 NW 57th Ave Suite 219, Ina A Colen Academy, Ocala, FL Miami, FL 33126 New 116,000 sf kindergarten through eighth grade academy built to accommodate 1,000 students natalia@wjarc.com and features large 800 sf classrooms, administrative space, a gymnasium, and cafeteria. 727-310-0596 Johnson Pope Office Buildout, Tampa, FL Interior build -out is a 21,000 SF full floor renovation and new office space for a law firm in a modern -Traditional design aesthetic. The Project consist of 31 new partner offices and 9 paralegal offices, Administrative Suite, Title company office, 12 workstations, a large reception area, (4) conference rooms, and amenity spaces including a large break room, a new executive restroom and a lactation room, new and re -used mechanical equipment throughout. THEA TMC Renovation, Tampa, FL Renovation of 28,000 sf, three story building housing the operations of the Authority and some City of Tampa component(s). Major space allocations includes offices, conference rooms, Board Room, Server Room, and City of Tampa Transportation Management Center. Royal Poinciana, South Palm Beach, FL Extensive renovation of 140,708 sf apartment building on the intercoastal that included 81 units and penthouses, amenity spaces, lobby, and new pool. Other scope items included new landscape, hardscape, site lighting and a site drainage system. VITA a WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 42 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Diego Martinez Diego is an exceptional designer and planner with an eye for detail and a commitment to collaborative design solutions. His ability to bring life to the smallest of details has led to the production of award winning work. His portfolio includes projects in multiple sectors including healthcare, commercial, residential, local government, and institutional. Based in Miami, Diego works directly with the project manager. Diego works independently and collaboratively with the team to complete projects. He oversees the production of project deliverables, and interprets client needs, all this makes him a valuable asset to the team. ROLE: SELECTED EXPERIENCE: PROJECT ARCHITECT Shenandoah Park and New Aquatic Facility, Miami, FL* Provided master planning, design and construction administration for the new 6,741 SF pool EXPERIENCE: facility. Includes offices, a training room, men's and women's bathrooms/locker rooms, storage 7 years areas and a 50-meter competition pool with eight swimming lanes. Also, designed a general park enhancement plan to improve the existing 251,000 SF park. The new plan incorporates pedestrian EDUCATION: circulation, basketball courts, an exercise equipment area, a multi -purpose field, and landscaping, Master of Architecture, Florida into the existing park amenities. International University, 2014 Miami Beach Fire Station 1, Miami Beach, FL Associates of Arts, Miami Dade A new station #1 Facility will house the 911 Call Center Dispatch is currently in design. This will College, 2011 be a state of the art Category 5 hurricane hardened building. The currently standing building will become the back-up center. Ocala Aquatics Center, Ocala, FL Indoor and Outdoor Aquatics Center consisting of 50m Pool, 50m L-Shape Myrtha Pool, and 2,300 sf Fun Pool. The 47,000 sf Indoor Aquatics Complex is supported with by Locker Rooms, Fitness Center, Multipurpose rooms, a Party Room, concessions, administrative and lifeguard offices., mechanical and storage rooms, and pool pump rooms. Miami Dade Police Academy Building, Miami, FL* Design -Build of a new classroom/training facility, consisting of approx. 15,300 SF of total constructed area, including an illuminated parking lot with a minimum of 70 spaces. Royal Caribbean Cruises Innovation Lab and Collaboration Center, Miami, FL* Project included architectural design services for the 20,000 SF, AIA Award Winning Innovation Lab. The new addition consisted of a 30,000 sf renovation to the existing building's second floor space. Using Design -Build and Lean methods, early collaboration between design and construction teams allowed the project to come together extremely fast and within budget: only 10 months from schematic design to full occupancy. KLX Aerospace Solutions Headquarters, Miami, FL* This project emulates a design that promotes efficiency, functionality, and adheres to ergonomics; a state-of-the-art administrative space that would express the company's success and reflect their brand. The 100,000 SF, two story facility allowed for a clear division between public and private spaces. Customer service and other client serving departments are located on the ground floor allowing easy access for visitors. City of Miami CRA Affordable Housing Project Miami, FL* LEO A DALY provided design, construction documents and construction administration services for the Community Redevelopment Agency for this 36,000 SF affordable housing development. *Individual Experience VITA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 43 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Marcel R. Morlote, R.A. Marcel Morlote is a principal of WA and has been with the firm for over 4 decades. He has led design teams for both the private and public sectors, with an extensive portfolio of similar project types, including aquatic centers, libraries, integrated parking garages, recreational facilities and parks. SELECTED EXPERIENCE: Extensive experience working in Miami Beach ROLE Collins Park Parking Garage - Miami Beach, FL PRINCIPAL ARCHITECT OF The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of retail RECORD and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride share provisions. The project is a recipient of a design excellence recognition anq award. EXPERIENCE 44 Wynwood DS - Miami, FL New 8 story mixed -use project located in the heart of Wynwood, which includes 40,000 S.F. of EDUCATION retail, 40,000 SF of office space, and 6 level parking garage that accommodates 428 parking Bachelor of Science - Architecture spaces. The project has been the recipient of several design excellence awards. University of Miami, 1978 Regatta Harbour Mixed -Use Garage - Miami, FL CREDENTIALS The project includes 540 parking spaces and 33,500 GSF of retail on a 4-level structure. The Registered Architect: FL garage levels of the fagade employs an open steel mesh to conceal the vehicles from exterior AR0009564 view, as required by the Miami zoning code, and is a canvas for the introduction of "art -in -public places". The project is a a recepient of a design excellence recognition and award. CONTACT 75 Valencia Avenue, Ste 1050 801 Lincoln Road Coral Gables, FL 33134 The project consists of a new 3-story retail core and shell with an area of approximately 40,413 marcel.morlote@wolfbergalvarez.com S.F. and a restaurant/bar located on the roof. WA was the Architect of Record and collaborated (305) 666-5474 with Shulman + Associates. 723 Lincoln Lane (Marshalls) The project consists of a new 45,000 S.F., 3-story multi -tenant retail core and shell. WA was Architect of Record and collaborated with Shulman + Associates. WA also designed a roof top bar -restaurant and was responsible for the Marshall's interior improvements. City of Miami Beach Property Management Facility - Miami Beach, FL New property management yard and facility for the City of Miami Beach. The two-story, 23,000 SF facility accommodates approximately 75 employees and includes administration offices, multi- purpose flex rooms, conference room, kitchen, workshops and parts inventory for industrial grade equipment for electrical, HVAC, plumbing and carpentry trades. The project received LEED Gold certification and has provisions for operations after a natural disaster and parking for oversized vehicles. Village of Pinecrest Municipal Center - Pinecrest, FL New three-story building consisting of a 40,000 SF, two level parking garage with space for approximately 50 vehicles on the ground level and 50 police vehicles on a se -cured second level. A 26,000 square foot third level houses the Village's government offices, public meeting spaces, building and zoning offices, and the police station with offices, dispatch center, holding cells, etc. The building also serves as the Village's Emer-gency Operations Center, and was designed to withstand Cate -gory 5 hurricane wind speeds. /,/A IM WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 44 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Rafael Labrada, R.A. LEED AP Rafael has been Project Architect or Project Manager for several public entities, on projects with similar programmatic requirements. He has managed several projects for the City of Miami Beach and has intimate knowledge of CIP and the Building Department. SELECTED EXPERIENCE: Numerous public sector projects, including for and in the City of Miami Beach Collins Park Parking Garage - Miami Beach, FL ROLE The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of retail PROJECT MANAGER and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride share provisions. The project is a recipient of a design excellence recognition and award. EXPERIENCE 25 Wynwood DS - Miami, FL New 8 story mixed -use project located in the heart of Wynwood, which includes 40,000 S.F. of EDUCATION retail, 40,000 SF of office space, and 6 level parking garage that accommodates 428 parking Bachelor of Architecture Florida spaces. The project has been the recipient of several design excellence awards. International University, 1997 Regatta Harbour Mixed -Use Garage - Miami, FL Masters of Architecture Georgia The project includes 540 parking spaces and 33,500 GSF of retail on a 4-level structure. The Institute of Technology 1999 garage levels of the fagade employs an open steel mesh to conceal the vehicles from exterior view, as required by the Miami zoning code, and is a canvas for the introduction of "art -in -public CREDENTIALS places". The project is a a recepient of a design excellence recognition and award. Registered Architect: FL AR92404 801 Lincoln Road Accredited LEED AP Professional The project consists of a new 3-story retail core and shell with an area of approximately 40,413 S.F. and a restaurant/bar located on the roof. WA was the Architect of Record and collaborated CONTACT with Shulman + Associates. 75 Valencia Avenue, Ste 1050 Coral Gables, FL 33134 723 Lincoln Lane (Marshalls) rafael.labrada@wolfbergalvarez.com The project consists of a new 45,000 S.F., 3-story multi -tenant retail core and shell. WA was (305) 666-5474 Architect of Record and collaborated with Shulman + Associates. WA also designed a roof top bar -restaurant and was responsible for the Marshall's interior improvements. City of Miami Beach Property Management Facility - Miami Beach, FL New property management yard and facility for the City of Miami Beach. The two-story, 23,000 SF facility accommodates approximately 75 employees and includes administration offices, multi- purpose flex rooms, conference room, kitchen, workshops and parts inventory for industrial grade equipment for electrical, HVAC, plumbing and carpentry trades. The project received LEED Gold certification and has provisions for operations after a natural disaster and parking for oversized vehicles. Town of Miami Lakes Government Center - Miami Lakes, FL New 25,000 SF government center to house executive and administrative offices, council chamber, public safety department and ancillary functions and a parking lot for 100 parking spaces. The Town's police department is housed at the Government Center and has offices, roll call area, locker area, breakroom and a secured sally port. Secured access is required for the entire building and individual departments. The building was also carefully designed for future expansion and has achieved LEED Gold certification. ILIAm WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 45 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Aris Garcia, R.A. Aris Garcia has been the Lead Project Architect for several of the firm's public sector projects, including all of the major components of this project: aquatics, public library, recreational, parks and parking garages. SELECTED EXPERIENCE: Lead Architect for numerous mixed -use parking garages Collins Park Parking Garage - Miami Beach, FL ROLE The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of retail LEAD ARCHITECT and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride share provisions. The project is a recipient of a design excellence recognition and award. EXPERIENCE 41 Wynwood DS - Miami, FL New 8 story mixed -use project located in the heart of Wynwood, which includes 40,000 S.F. of EDUCATION retail, 40,000 SF of office space, and 6 level parking garage that accommodates 428 parking Bachelor of Science - Architecture spaces. The project has been the recipient of several design excellence awards. University of Miami, 1983 Regatta Harbour Mixed -Use Garage - Miami, FL CREDENTIALS The project includes 540 parking spaces and 33,500 GSF of retail on a 4-level structure. The Registered Architect: FL garage levels of the facade employs an open steel mesh to conceal the vehicles from exterior AR15263 view, as required by the Miami zoning code, and is a canvas for the introduction of "art -in -public places". The project is a a recepient of a design excellence recognition and award. CONTACT 75 Valencia Avenue, Ste 1050 801 Lincoln Road Coral Gables, FL 33134 The project consists of a new 3-story retail core and shell with an area of approximately 40,413 aris.garcia@wolfbergalvarez.com S.F. and a restaurant/bar located on the roof. WA was the Architect of Record and collaborated (305) 666-5474 with Shulman + Associates. 723 Lincoln Lane (Marshalls) The project consists of a new 45,000 S.F., 3-story multi -tenant retail core and shell. WA was Architect of Record and collaborated with Shulman + Associates. WA also designed a roof top bar -restaurant and was responsible for the Marshall's interior improvements. City of Miami Beach Property Management Facility - Miami Beach, FL New property management yard and facility for the City of Miami Beach. The two-story, 23,000 SF facility accommodates approximately 75 employees and includes administration offices, multi- purpose flex rooms, conference room, kitchen, workshops and parts inventory for industrial grade equipment for electrical, HVAC, plumbing and carpentry trades. The project received LEED Gold certification and has provisions for operations after a natural disaster and parking for oversized vehicles. Town of Miami Lakes Government Center - Miami Lakes, FL New 25,000 SF government center to house executive and administrative offices, council chamber, public safety department and ancillary functions and a parking lot for 100 parking spaces. The Town's police department is housed at the Government Center and has offices, roll call area, locker area, breakroom and a secured sally port. Secured access is required for the entire building and individual departments. The building was also carefully designed for future expansion and has achieved LEED Gold certification. /,/A a WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 46 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM David Vazquez David Vazquez has acted in the capacity of architect for numerous projects, which contain similar programmatic requirements as this project. Within the last year, he participated in the programming, master planning and design of projects that contain multi -purpose community rooms and integrated parking garages. David is also well versed with Revit/BIM and is responsible for setting up project's parameters for architecture and engineering disciplines. SELECTED EXPERIENCE: ROLE Architect for Collins Park Parking Garage and Regatta Harbour Mixed -Use Garage for ARCHITECT MPA EXPERIENCE Collins Park Parking Garage - Miami Beach, FL 10 The project consists of a new 7 story, mixed -use retail/parking garage with 15,000 S.F. of retail and 500 parking spaces, including electric vehicle charging stations, bicycle storage and ride EDUCATION share provisions. The project is a recipient of a design excellence recognition and award. Bachelor of Science, Architecture Polytechnic University, Puerto Wynwood DS - Miami, FL Rico, 2012 New 8 story mixed -use project located in the heart of Wynwood, which includes 40,000 S.F. of retail, 40,000 SF of office space, and 6 level parking garage that accommodates 428 parking CONTACT spaces. The project has been the recipient of several design excellence awards. 75 Valencia Avenue, Ste 1050 Coral Gables, FL 33134 Regatta Harbour Mixed -Use Garage - Miami, FL aris.garcia@wolfbergalvarez.com The project includes 540 parking spaces and 33,500 GSF of retail on a 4-level structure. The (305) 666-5474 garage levels of the facade employs an open steel mesh to conceal the vehicles from exterior view, as required by the Miami zoning code, and is a canvas for the introduction of "art -in -public places". The project is a a recepient of a design excellence recognition and award. 801 Lincoln Road The project consists of a new 3-story retail core and shell with an area of approximately 40,413 S.F. and a restaurant/bar located on the roof. WA was the Architect of Record and collaborated with Shulman + Associates. 723 Lincoln Lane (Marshalls) The project consists of a new 45,000 S.F., 3-story multi -tenant retail core and shell. WA was Architect of Record and collaborated with Shulman + Associates. WA also designed a roof top bar -restaurant and was responsible for the Marshall's interior improvements. City of Miami Beach Property Management Facility - Miami Beach, FL New property management yard and facility for the City of Miami Beach. The two-story, 23,000 SF facility accommodates approximately 75 employees and includes administration offices, multi- purpose flex rooms, conference room, kitchen, workshops and parts inventory for industrial grade equipment for electrical, HVAC, plumbing and carpentry trades. The project received LEED Gold certification and has provisions for operations after a natural disaster and parking for oversized vehicles. City Of Doral Police Sub -Station - Doral, FL New 10,000 S.F. police substation and master plan for 225 on -grade parking spaces and separate 10,000 S.F. Civic Use building with a public park. This building includes a lobby, community room with occupancy for 100 people, office space, breakroom, locker room & restrooms as well as a training room for the officers. The site houses a secured vehicle impound area. The building is designed to resist a category 5 hurricane. VITA 2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 47 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Aida M. Albaisa, P.E. — Partner Mrs. Albaisa has been a practicing structural engineer for the last twenty-six years. Having a degree in Architectural Engineering reinforces her sensitivity to architectural considerations in structural concepts. Mrs. Albaisa's design experience involves projects whose structural system includes precast prestressed concrete, cast -in -place concrete and steel framing. Mrs. Albaisa is fluent in English and Spanish, RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: 3' DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 26 Years EDUCATION Bachelor of Science, Civil Engineering, University of Miami - 1987 Bachelor of Science, Architectural Engineering, University of Miami -1987 Phillip & Patricia Frost Museum of Science, Miami, Florida REGISTRATIONSILICENSING Scope: Structural Design, Construction Documents, Construction Administration & Threshold Registered Professional Engineer, State of Inspections Florida Miami Dade College Kendall Campus Aquatic Training & Fitness Center, Miami, Florida PROFESSIONAL AFFILIATIONS Scope: Complete Structural Design, Construction Documents & Construction Administration American Society of Civil Engineer Florida Structural Engineers Association Miami Springs Aquatic Center, Miami, Florida DDA Engineers, P.A. Scope: Complete Structural Design, Construction Documents, Construction Administration & 4930 SW 7411' Court Inspections Miami, FL 33155 Modera Metro Phase 11, Miami, Florida Scope: Complete Structural Design, Construction Documents & Construction Administration Dadeland Station Apartments, Miami, Florida Scope: Structural Design, Construction Documents & Construction Administration MB Station Apartments, Miami, Florida Scope: Structural Design, Construction Documents & Construction Administration Downtown Doral Paseo Garages, Garage 3 & Garage 4 Doral, Florida Scope: Structural Design, Construction Documents, Construction Administration & Threshold Inspections The Harbour, North Miami Beach, Florida Scope: Structural Design, Construction Documents, Construction Administration & Threshold Inspections Wynwood 25, Miami, Florida Scope: Structural Design, Construction Documents, Construction Administration & Threshold Inspections AMLI Chiquita Midtown, Miami, Florida Scope: Structural Design, Construction Documents & Construction Administration 2020 Salzedo, Miami, Florida Scope: Structural Design, Construction Documents & Construction Administration Brickell City Centre, Miami, Florida Scope: Threshold inspections services Cr W z F_ CC a d w a a m J a a 0 9-0 TOM 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 48 DocuSign Envelope ID: 4A06ACD9-6l3A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Ernesto G. Wong, P.E. — Partner Mr. Wong's has been a practicing structural engineer for the past thirty-eight years. He has designed and inspected numerous projects, including institutional, residential and commercial projects. RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: 2020 Salzedo Office Building, Coral Gables, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold Inspections ParkSquare Aventura Medical Office Bldg., Residential Office Bldg., & Assisted Living Facility, Aventura, Florida Scope: Structural Design, Construction Documents & Construction Administration Sunset Harbour Parking Garage, Miami Beach, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold Inspections. Downtown Doral Paseo Parking Garages (North & South), Doral, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold Inspections City of Miami Beach Multi -Purpose Parking Facility at City Hall Annex, Miami Beach, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Inspections Frost Museum of Science, Miami, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Inspections Wynwood 25, Miami, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Inspections The Carillon Complex (Canyon Ranch), Miami Beach, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration, Special Inspections and Threshold Inspection Jade Beach Condominium, Sunny Isles Beach, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration, Special Inspections and Threshold Inspection Regalia on the Ocean Condominium, Sunny Isles Beach, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration, Special Inspections and Threshold Inspection /CIA H WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS 419 J DDA ENGINEERS, P.A. YEARS OF EXPERIENCE 37 Years REGISTRATIONS/LICENSING Registered Professional Engineer, State of Florida Special Inspector Standard Building Inspector PROFESSIONAL AFFILIATIONS American Society of Civil Engineer Florida Structural Engineers Association DDA Engineers, P.A. 4930 SW 7411 Court Miami, FL 33155 a r d w a Iw C 0 3 0 v C w GREAT DESIGN WITHIN BUDGET 1 49 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM epu DDA ENGINEERS, P.A. Alexander Lopez — Partner YEARS OF EXPERIENCE Mr. Lopez has comprehensive experience in all structural systems including precast 29 Years prestressed concrete, cast -in -place concrete and steel. Alex has vast experience in the modeling and design of high-rise structures. EDUCATION Bachelor of Science, Civil Engineering, RELEVANT PROJECT EXPERIENCE INCLUDES THE FOLLOWING: ISPJAE, Havana, Cuba -1990 Ritz Carlton Residence & Spa, Fort Lauderdale, Florida DDA Engineers, P.A. Scope: Complete Structural Design, Construction Documents, Construction Administration & 4930 SW 7411 Court Threshold Inspections Miami, FL 33155 Park Place at Brickell, Miami, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold Inspections Fairfield Dadeland, Miami, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold Inspections 2020 Salzedo, Coral Gables,Florida Scope: Complete Structural Design, Construction Documents & Construction Administration ParkSquare Aventura Medical Office Bldg., Residential Office Bldg., & Assisted Living Facility, Aventura, Florida Scope: Structural Design, Construction Documents & Construction Administration AMLI Chiquita Midtown, Miami, Florida Scope: Structural Design, Construction Documents & Construction Administration Jade Ocean Condominium, Sunny Isles Beach, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration Tryp Hotel, Ft. Lauderdale, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Inspections. Modera Metro, Miami, Florida Scope: Complete Structural Design, Construction Documents, Construction Administration & Threshold Inspections Grove Garden, Miami, Florida Scope: Complete Structural Design, Construction Documents & Construction Administration Phillip & Patricia Frost Museum of Science, Miami, Florida Scope: Structural Design, Construction Documents, Construction Administration & Threshold Inspections 01 ►CIA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I 50 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS 5 2020 Salzedo Mixed -Use Building Location: A luxery high-rise apartment community which offers a superior location Coral Gables, FL to Downtown Coral Gables. The mixed -use building consist of 16-story residential, office, and retail. Project includes a 7-story, 566 vehicle parking Schedule: garage. 2014-2018 Completed: 05/2018 The office building is a 6-story, 53,452 SF Class A Office Building. The remainder of the project included 213 apartment units in a 16-story tower, Design Fee: 4,334 SF of retail space. Amenities included restaurants, a conference center, $530,980.00 a fitness center, a landscape plaza, rooftop yoga, a pool deck with private floating cabanas. 2020 Salzedo is one of Coral Gables only LEED certified Client: buidings having acheived Gold Certification. Codina CG, LLC Kris Copeland 305.529.1300 DDA kcopeland@ccresfl.com ENGINEERS, P.A. /CIA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 51 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS 5 AMLI Midtown Miami r ai-w ary'' fith� ,wry Location: Miami, FL Schedule: 2016-2021 Completed: 07/2021 Design Fee: $757,360.00 Client: AMLI Matthew Thomson 561.472.2139 mthomson@amli.com T L�• The former site of Chiquita Banana shipping facility was transformed to AMLI Midtown Miami, a mixed -use community spaning 3 city blocks, totaling 6.6 acres. The complex contains a 14-story north tower with 511 units and 834 parking spaces totaling 1,235,348 SF and an 8-story south tower with 208 units and 306 parking spaces totaling 474,684 SF. The building amenities includes 10 collaborative work office private office spaces, 3 conference rooms, lounge, kithcen, bicycle lounge and repair space, pet resort spa, EV charging stations, yoga studio, fitness center, rooftop pool deck with cabanas, game room, bowling alley, golf simulator, resident bar/lounge with theater. Project is certified LEED Platinum. j1DDA ENGINEERS, P.A. Y JA la" WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 52 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS Downtown Doral Parking Garages 'O ., r ma &h'A49 rK� Location: Four parking garages added to the Downtown Doral is a mixed -use development Doral, FL that includes main street shopping, entertainment and dining venues, a government center, large park, a charter school and residential towers and homes. Each parking Schedule: garage includes a recreation deck with pool facilities on rooftop level. 2015-2019 Completed: 2019 5252 Paseo Garage: 4 levels of parking for 451 spaces with rooftop (level 5) Completed 20151 Design Fee: $145,550.00 Design Fee: $643,237.00 5310 Paseo Garage: 4 levels of parking for 473 spaces with rooftop (level 5) Completed 20151 Design Fee: $115,687.00 Client: Codina Partners South Parking Garage 03: 3 levels of parking for 808 spaces with rooftop (level 4) Desiree Faulkner Completed: 2018 1 Design Fee: $190,000.00 305.569.2222 dfaulkner@codina.com North Parking Garage 04: 3 levels of parking for 787 spaces with rooftop (level 4) Completed: 2019 1 Design Fee: $192,000.00 'ADDA ENGINEERS, P.A. TOM U WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 53 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS Frost Science Museum i ",Now, I wonl i r Location: The Patricia and Phillip Frost Museum of Science consist of three distinct but Miami, FL interconnected structures as well as an independent planetarium totaling 250,000 sf. The first of the distinct structures is the Living Core, which contains the GulfStream Schedule: tank and other aquarium exhibits, all in a vessel shaped structure. The other two 2012-2017 structures are the more traditional bar buildings that are adjacent to the Living Core. Completed: 05/08/2017 Each building has five levels above the at grade parking, some levels having double height spaces to accommodate larger exhibits. These structures are comprised of Design Fee: mainly pour -in -place beam supported one-way slabs. The beams are supported by $1,087,235.00 concrete columns. The lateral system consists of a combination of lateral moment frames and concrete shearwalls. The Gulfstream tank is a unique structure within Client: the Living Core framed with a combination of conventionally reinforced concrete and Hill International post -tension cables. The tank has a large 25' diameter oculus toward the bottom that Eladio Castrodad, PE, PMP is framed with a ring beam. The planetarium is a spherical shaped structure with a 305.468.4915 conventionally reinforced concrete lower half sphere supporting a precast architectural eladiocastrodad@hillintl.com concrete upper half sphere. The entire structure is supported on pile -supported foundation system. Connected to the City Hall will be the new construction of a joint -use 12,581 sf police and fire station including an Emergency Operations Center. Shared facilities include the Emergency Operations Center, conference space, training rooms, a gym, and storage/ copy/supplies room. The police station includes a secure lobby, open workstations, �• squad room and private offices, conference room, interrogation room, armory, evidence processing/lab/storage (with refrigerator and freezer), equipment storage, locker room, DDA ENGINEERS, P. A. staff restrooms with showers, and a records room. VIVA ,� WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 54 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS Wynwood 25 ,W Location: This project consists of creating a a residential community and designed Miami, FL with state-of-the-art conveniences. Miami Wynwood offers studio, one - bedroom, two -bedroom and three bedroom apartments with incredible Schedule: indoor and outdoor amenities including sculpture and a 12,000 elevated 2015-2019 mediation gardens, fitness center with virtual spinning, yoga studio, a library, Completed: 06/2019 collaborative work from home spaces, a coffee lounge, dog groom facility, landscaped expansive rooftop resort style pool deck with BBQ area and Design Fee: covered work areas. Building is nine stories with 28,518 SF retail space on the $427,165.00 ground floor and 340 parking spaces. Client: Wynwood Annex is the second component of the mixed -use development. Related Group The Annex is a 60,000 SF, Class -A building. The Annex boast loft -style office Javier Cabarrocas space with soaring ceilings and private outdoor space, individually sized floor 305.460.9900 plans, and on -site parking. Other features include a 4,429 SF ground floor retail jcabarrocas@relatedgroup.com component as well as a communal rooftop terrace with outdoor seating. -IDDA ENGINEERS, P.A. ILIA/TAWANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 55 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Ernesto Aloma, P.E. Principal M/E Project Engineer -in -Charge Registration/Certification Professional Affiliations Professional Engineer IEEE State of Florida IES Registration No. 53823 NFPA Years of Experience 32 Years / 32 Years with the Firm RESUME P, FSP 7A11 CONSULTING ENGINEERS Education Bachelor of Science in Electrical Engineering Florida International University 1991 Consulting Electrical Engineering Design and Construction Management Services Experience for the past 32 years on a multitude of projects with municipalities such as Miami -Dade County, City of Miami, and Miami International Airport to name a few. Mr. Aloma is a Professional Licensed Engineer with the State of Florida and has over 32 years of experience in the field of Electrical Engineering. He is the Principal in charge of the Firm's design decisions. In this position, he is responsible for ensuring the utmost level of quality for the various design components of all projects. Project Experience Brickell World Plaza - Parking Garage, Phases 2A & 2B Miami, Florida M/E Engineering Project Manager The construction of a new 14-story, 570,000 sf multi -purpose parking garage, inclusive of the basement level. The project includes parking spaces, ground floor retail, restaurants, and amenities for future rooftop pool and wedding venue. GSA West Lot MuRWse Parking Garage and Office Facility- Pinecrest, Florida Electrical Engineer A LEED Gold Certified facility comprised of a 6-level parking garage, a retail area, office, and storage space. The facility is approximately 320,127 sf distributed into 810 parking spaces on 6 levels, office and storage space on 4 levels, and retail space on the ground floor. Miami Dade College Wolfson Campus Building 7000 Parking Garages - Miami, FL Principal - M/E Engineering Project Manager Extensive remodeling and renovation of the 11-level parking garage for the Wolfson Campus, Building 7 for approximately 2,260 parking spaces to accommodate campus operation needs. New Multi -Level Parking Garage St. Thomas, USVI Principal — M/E Engineering Project Manager The construction of a new 4-level, 275,000 sf, 651-space parking garage with integral transportation center and rental car / office facility for the CEKA Airport Expansion project. Southridge Park Community Recreation and Aquatic Center Miami, Florida Principal — Electrical Engineer Design and construction of a new community recreation center (4,350 sf) and an aquatic center with a 6-8 lane, 25-yard practice pool, a children's splash pad, and pool & splash decks. Seeking LEED Silver Certification. Country Club of Miami — Community & Aquatic Center Miami, Florida Principal MEP Engineer A new 7,300 gsf, 1-story Community Center, developed on the surrounding site as a Public Park. The building includes a Community Center and pool/restroom facilities; the Aquatic Center consists of two (2) public swimming pools, and several acres of open landscaping and parking lot. Arcola Lakes Park — Senior Center & Pool Building Miami, Florida Principal MEP Engineer A new one-story, 14,220 sq. ft. facility specifically designed for use by senior residents, age 55 and older. It is completely ADA accessible and features a covered passenger drop-off entrance, lobby and reception area. The exterior of the facility also includes a 30,000-gallon, 20' x 50', exercise pool. Larry & Penny Thompson Park & Campground Miami, Florida Principal MEP Engineer A new pool recreation cabana with snack bar and storage room; a new swimming pool and deck; new security fencing around project; restrooms serving both swimming pool and recreation cabana; and landscaping to serve a maximum of 125 people. SDM 135 ALMERIA AVENUE CORAL GABLES, FL 33134 TEL 305.446.2788 FAX 305.443.5944 WWW.SDMCORP.COM TIIA m WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 56 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Jose I. Martinez, P.E., LEED A.P. RESUME Principal / Mechanical Engineer CONBULTINO ENOINEEN Registration/Certification Professional Affiliations Education Professional Engineer ASHRAE Bachelor of Science in State of Florida GBCI LEED Accredited Professional Mechanical Engineering Registration No. 53779 SAVE International Florida International University 1994 Years of Experience 29 Years / 29 Years with the Finn Consulting Mechanical Engineering Systems Design and Construction Management Services Experience for the past 29 years on a multitude of projects with municipalities throughout South Florida. Mr. Martinez oversees the implementation of the intended design of the various engineering systems into the building. Project Experience Brickell World Plaza - Parking Garage, Phases 2A & 2B Miami, Florida Principal — Mechanical Engineer The construction of a new 14-story, 570,000 sf multi -purpose parking garage, inclusive of the basement level. The project includes parking spaces, ground floor retail, restaurants, and amenities for future rooftop pool and wedding venue. GSA West Lot Mufti Use Parking Garage and Office Facility- Pinecrest, Florida Principal — Mechanical Engineer A LEED Gold Certified facility comprised of a 6-level parking garage, a retail area, office, and storage space. The facility is approximately 320,127 sf distributed into 810 parking spaces on 6 levels, office and storage space on 4 levels, and retail space on the ground floor. Miami Dade College Wolfson Campus Building 7000 Parking Garages - Miami, FL Principal - Mechanical Engineer Extensive remodeling and renovation of the 11-level parking garage for the Wolfson Campus, Building 7 for approximately 2,260 parking spaces to accommodate campus operation needs. New Multi -Level Parking Garage - St. Thomas, USVI Principal - Mechanical Engineer The construction of a new 4-level, 275,000 sf, 651-space parking garage with integral transportation center and rental car / office facility for the CEKA Airport Expansion project. Southridge Park Community Recreation and Aquatic Center Miami, Florida Principal — Mechanical Engineer Design and construction of a new community recreation center (4,350 sf) and an aquatic center with a 6-8 lane, 25-yard practice pool, a children's splash pad, and pool & splash decks. Seeking LEED Silver Certification. City of Miramar Vizcaya Park Community Center (LEED Gold) Miramar, Florida Principal — Mechanical Engineer A 7,660 gsf single story Community Center building. This facility includes spaces for recreation, computer education/ activity, gaming, park concessions, an office, and other support functions. City of Miami Melreese Golf Training Facility (LEED Gold) Miami, Florida Principal — Mechanical Engineer An instructional golf facility located adjacent to the existing practice range and new clubhouse of approximately 5,000 sf. The facility contains a large assembly/classroom area, three enclosed bays facing the practice range, two offices, a storage area, restrooms, and a kitchenette and vending area. It also has a pre -fabricated canopy over the existing practice range and connecting walkways to the new clubhouse and parking lot. Country Club of Miami — Community & Aquatic Center Miami, Florida Principal — Mechanical Engineer A new 7,300 gsf, 1-story Community Center, developed on the surrounding site as a Public Park. The building includes a Community Center and pool/restroom facilities; the Aquatic Center consists of two (2) public swimming pools, and several acres of open landscaping and parking lot. SDM 135 ALMERIA AVENUE CORAL GABLES, FL 33134 TEL 305.446.2788 FAX 305.443.5944 WWW.SDMCORP.COM TOMH WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 57 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Hector J. Castillo, P.E. RESUME Principal / Electrical Engineer r_""NGOIE�NOINEERS Registration/Certification Education Professional Engineer Bachelor of Science in State of Florida Electronics Engineering Registration No. 65405 Monmouth University Years of Experience 30 Years / 30 Years with the Firm Consulting Electrical Engineering Design and Construction Management Services Experience for the past 30 years on a multitude of projects with municipalities such as Miami -Dade County, City of Miami, and Miami International Airport to name a few. Mr. Castillo is a Professional Licensed Engineer with the State of Florida. Working as a Senior Electrical Engineer, he is responsible for the development of electrical design documents detailing building systems such as power, lighting, public address, fire alarm and communication systems. Project Experience Brickell World Plaza - Parking Garage, Phases 2A & 2B Miami, Florida Electrical Engineer The construction of a new 14-story, 570,000 sf multi -purpose parking garage, inclusive of the basement level. The project includes parking spaces, ground floor retail, restaurants, and amenities for future rooftop pool and wedding venue. GSA West Lot Multi -Use Parking Garage and Office Facility- Pinecrest, Florida Electrical Engineer A LEED Gold Certified facility comprised of a 6-level parking garage, a retail area, office, and storage space. The facility is approximately 320,127 sf distributed into 810 parkingspaces on 6 levels, office and storage space on 4 levels, and retail space on the ground floor. Miami Dade College Wolfson Campus Building 7000 Parking Garages - Miami, FL Electrical Engineer Extensive remodeling and renovation of the 11-level parking garage for the Wolfson Campus, Building 7 for approximately 2,260 parking spaces to accommodate campus operation needs. New Multi -Level Parking Garage - St. Thomas, USVI Electrical Engineer The construction of a new 4-level, 275,000 sf, 651-space parking garage with integral transportation center and rental car / office facility for the CEKA Airport Expansion project. Southridge Park Community Recreation and Aquatic Center Miami, Florida Electrical Engineer Design and construction of a new community recreation center (4,350 sf) and an aquatic center with a 6-8 lane, 25-yard practice pool, a children's splash pad, and pool & splash decks. Seeking LEED Silver Certification. City of Miramar Vizcaya Park Community Center (LEED Gold) Miramar, Florida Electrical Engineer A 7,660 gsf single story Community Center building. This facility includes spaces for recreation, computer education/ activity, gaming, park concessions, an office, and other support functions. City of Miami Melreese Golf Training Facility (LEED Gold) Miami, Florida Electrical Engineer An instructional golf facility located adjacent to the existing practice range and new clubhouse of approximately 5,000 sf. The facility contains a large assembly/classroom area, three enclosed bays facing the practice range, two offices, a storage area, restrooms, and a kitchenette and vending area. It also has a pre -fabricated canopy over the existing practice range and connecting walkways to the new clubhouse and parking lot. Larry & Penny Thompson Park & Campground Miami, Florida Electrical Engineer A new pool recreation cabana with snack bar and storage room; a new swimming pool and deck; new security fencing around project; restrooms serving both swimming pool and recreation cabana; and landscaping to serve a maximum of 125 people. SOM 135 ALMERIA AVENUE CORAL GABLES, FL 33134 TEL 305.446.2788 FAX 305.443.5944 WWW.SDMCORP.COM /,1A R WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I 58 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM ppwpo SDM Consulting Engineers, Inc. pwsoam 135 ALMERIA AVENUE CORAL GABLES, FL 33134 CONSULTING ENGINEERS TEL. 305.446.2788 / WWW.SDMCORP.COM Relevant Experience BRICKELL WORLD PLAZA, PHASE 2 • Miami, Florida Client Brickell Financial Centre, LLC Contact: Reynaldo Lopez, Project Manager ELM Spring, Inc. / 305.384.7121 rlopez@elmspringinc.com Firm's Role: M/E/P/FP Engineering Design + CA Services Description: Design and construction of a new 570,000 sf multi -use facility with a 14-story parking garage, designed to accommodate '-500 parking spaces, inclusive of the basement level, ground floor restaurant space, second floor retail space, future roof terrace component accommodating a pool and wedding/conference venue space. GSA WEST LOT MULTI -USE FACILITY (LEED Gold) • Miami, Florida Agency. Miami -Dade County GSA Contact Marc Anthony LaFrance, Project Manager 305.375.1197 / Lafram@miamidade.gov Firm's Role: M/E/P/FP Engineering Design + CA Services Description: A new 324,000 sf multi -use facility located on 1.73 acres and comprised of 277,000 sf of parking area with 806 parking spaces on 6 levels and 45,000 sf office space on 3 floors; plus 10,000 sf of retail space on the ground floor. VITA ,� WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 59 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Mr. Mark Castano has vast experience in Civil Engineering projects throughout Florida. His qualifications include planning, engineering design, permitting, construction administration and project management for a variety of Civil Engineering projects. His experience includes Designing and managing a wide range of public and private land development (residential, -ommercial, institutional and industrial) projects. He has extensive technical knowledge in water Distribution systems, stormwater management systems, sanitary sewer systems including sewer ift stations, gravity sewers and force mains, roadway design throughout Miami -Dade, Broward and Palm Beach counties. Mr. Castano has had numerous project management responsibilities ncluding managing contracts, multi -disciplinary teams, municipal/public entity Capital and =ngineering programs, managing and setting up bid procurement processes and preparation and monitoring project/CIP budgets. RELEVANT PROJECT EXPERIENCE Highlands Park Community Center, Deerfield Beach, FL: The Community Center is an addition to an existing park located on a 2-acre site. KEITH provided survey, utility -oordination/investigation, civil engineering, permitting, and construction inspection. KEITH services included community and municipal outreach, complete topographic and boundary surveying, utility investigation of public and private utilities, complete civil design to provide grater/fire/sanitary sewer service, and stormwater management design/grading of the site :o ensure compliance with federal, state, and local criteria, permitting through jurisdictional agencies, and construction inspection and certification service. Bermello Ajamil & Partners, 4lfredo Sanchez, AIS, AICP, Partner, (305) 860-3796, asanchez@bermelloajamil.com, Role: 4rchitectural Services. Jackson West Medical Center, Doral, FL: On behalf of Jackson Health System (JHS) KEITH ,vas the Surveyor/Civil Engineer/Landscape Architect providing complete design through =onstruction completion services, civil engineering, survey, permitting, construction inspections and construction administration services. The project consisted of developing a new multi- ohased 27-acre world class regional medical campus.The initial phase of development included a 100-bed hospital totaling 215,000-GSF, a 700-900 car parking garage, and a 60,000-SF medical office building. The project included complete site development, paving/grading/ Drainage system, potable water/sanitary sewer systems (including design of a new gravity zollection and 12" water main extension exceeding 2,500-LF), and off -site improvements, which ncluded turn lanes and coordination of traffic signalization. Perkins + Will, George Valcarcel, 828) 262-6544, Role: Architectural Services. Live! Pompano, Pompano Beach, FL: KEITH is assisting in the redevelopment of the 225- acre Live! Pompano site, with nearly $2 billion of investment. KEITH assisted the client in -iavigating city, county, and state agencies to unlock the site's development potential. KEITH, .asing its full multi -discipline effort, including geospatial, planning, civil engineering, traffic and :ransportation engineering, and landscape architecture, spearheaded the entitlement and Development process to create a separate zoning district. In addition, the plan accommodates options for office, retail, industrial uses, and up to 4,100 residential units. KEITH led the master Manning efforts associated with the internal roadway network, infrastructure, site character, and landscaping, as well as stormwater management. KEITH continues to lead the full services efforts associated with roadway design, parking garage development, retail/grocery -omponents, Live! Entertainment Venue, and hotel. KEITH also provided public engagement, Matting/plat note amendments, water and sewer model and planning, FEMA assessments, entitlement process and planning, FDOT coordination, visioning, and utility coordination. Zordish Master Development, Taylor Gray, (410) 752-5444, taylor@cordish.com, Role: Real estate development/management. YEARS OF EXPERIENCE 26 years YEARS WITH KEITH 21 years EDUCATION B.S. Civil Engineering, Florida International University, 1997 PROFESSIONAL AFFILIATIONS Florida Engineering Society (FES) Member American Society of Civil Engineers (ASCE) Member PROFESSIONAL REGISTRATIONS 75644, Professional Engineer, Florida VITA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I Bo DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Vlr. Morales is an experienced Civil Engineer who has a proactive approach and motivation to ansure the success of all projects. He is capable of problem solving, making decisions under pressure environments. He is a team -oriented manager, who can mentor, train, and motivate :earn members, so they can succeed professionally and personally. His areas of expertise nclude: Foundation Engineering, Architecture Design, Geotechnical Engineering, Hospital and -lealth Care Facilities Design, Heating, Ventilation and Air-conditioning (HVAC), Sustainable =ngineering, Steel Design, Concrete Design, Construction Management. RELEVANT PROJECT EXPERIENCE Jackson West Medical Center, Doral, FL: On behalf of Jackson Health System (JHS) KEITH Nas the Surveyor/Civil Engineer/Landscape Architect providing complete design through -onstruction completion services, civil engineering, survey, permitting, construction inspections and construction administration services. The project consisted of developing a new multi- ohased 27-acre world class regional medical campus.The initial phase of development included a 100-bed hospital totaling 215,000-GSF, a 700-900 car parking garage, and a 60,000-SF medical office building. The project included complete site development, paving/grading/ Drainage system, potable water/sanitary sewer systems (including design of a new gravity -ollection and 12" water main extension exceeding 2,500-LF), and off -site improvements, which ncluded turn lanes and coordination of traffic signalization. Perkins + Will, George Valcarcel, 828) 262-6544, Role: Architectural Services. Jefferson Plaza, North Miami Beach, FL: KEITH, as the consultant, is providing site/civil engineering, surveying, subsurface utility engineering, traffic engineering, planning and platting services, and construction management for the redevelopment of the 19.5-acre site The project -onsists of a new shopping center which includes over 250,000-SF of retail, a supermarket, -iome improvement store, gas station, and outparcels. The design and construction was planned n phases to allow the existing supermarket to remain operational during construction. The on - site water and sanitary sewer systems were designed in accordance with North Miami Beach Nater standards and requirements to ultimately be conveyed to the City. Sontic Ward, Tony Vg, (305) 987-0038, tony_ng@newgroupmanagement.com, Role: Real estate development/ management Dyer Federal Building and Courthouse, Miami, FL: Miami -Dade College awarded this project which entailed the remodeling, renovation, and selective restoration and preservation :)f the National Historic David W. Dyer U.S. Courthouse. The renovation/remodel included approximately 162,250-GSF into classrooms, event venues, library, student collaboration spaces, offices, and other related college spaces including the structural modifications required :o achieve the new program spaces. KEITH provided civil engineering services including water and wastewater design and permitting. Given the historic nature and history of the building, aser scanning services were also provided. The building is LEED certified v4 BD + C NC. Leo 4. Daly Architecture, Gabriel Jaroslaysky, (561) 688-2111, gmjaroslaysky@leoadaly.com, Role: 4rchitectural Services. PIXL, Plantation, FL: The project is part of the overall +/- 25 acre mixed -use development :hat includes +/- 150 townhomes, 330 multi -family units, and 50,000-SF of retail and office space. The project seeks to change the precedent for the City to create a more modern look/ 'eel. KEITH is responsible for survey, planning, civil engineering, and landscape architecture. Our team worked with the developer to advance the overall concept and theme. KEITH was -esponsible for the design of the amenity areas, pedestrian realm, vehicular circulation, site nfrastructure, and drainage. KEITH was also responsible for coordinating the entitlement process. Invesca Development Group, Luis Millon, (954) 727-3639, Im@invesca.com, Role: Real astate development/management. YEARS OF EXPERIENCE 14 years YEARS WITH KEITH 3 years EDUCATION B.S. Architectural Engineering, University of Miami, 2015 TA42 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 61 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Ms. Ena Gonzalez is a professional engineer with 19 years of experience in Transportation Engineering. Ms. Gonzalez has a solid background in the design/management phase services related to transportation projects with experience in highway/roadway design, horizontal/ vertical alignment, storm water management, drainage, maintenance of traffic, signing and pavement markings, signalization, lighting, construction estimates, preparing design exceptions/variations, specs, Pavement Design Selection Reports, and permitting. RELEVANT PROJECT EXPERIENCE Block 57/Young Circle, Hollywood, FL: Ena serves as Project Engineer for roadway and signing and pavement marking design. As a subconsultant, KEITH provides transportation engineering support and design to create and coordinate schematic signage and pavement marking plans per FDOT's Florida Design Manual and Florida Greenbook criteria. As a subconsultant, KEITH is providing planning, civil engineering, transportation engineering, utility coordination, landscape architecture, survey, and subsurface utility investigation services for the design of two mixed -use buildings and an extension of Hollywood Boulevard, from 17th Avenue to Young Circle. The project consists of the redevelopment of several roadways, including Hollywood Boulevard, Harrison Street, Tyler Street, and 17th Avenue; relocation of underground infrastructure along 17th Avenue; and relocating all impacted utilities. Hollywood Boulevard Streetscape, Hollywood, FL: KEITH has been tasked to provide professional design, cost analysis, and construction services for the redevelopment of Hollywood Boulevard between 21st Avenue and Young Circle including the North/South roadways extending from Tyler Street south to Harrison Street, the northern and southern East/ West alleyways and the western North/South alleyway between 19th Avenue and 20th Avenue. Scope of work to include redesign of the existing roadway, new roadway and sidewalk lighting, pedestrian walkways and landscaping. Broward County Pompano Park Place Road, Pompano Beach, FL: Ena served as Roadway and Signing and Pavement Marking Engineer. KEITH is providing geospatial engineering, civil engineering, traffic engineering, and landscape architecture services to Broward County for this surtax complete streets project. The design of Pompano Park Place from Powerline Road to Cypress Road consists of adding bicycle lanes and sidewalk/ADA improvements along Pompano Park Place to provide multi -modal transportation options. The project includes widening, milling and resurfacing, signalization, lighting improvements, and railroad coordination. Live! Pompano, Pompano Beach, FL: KEITH is assisting in the redevelopment of the 225-acre Live! Pompano site, with nearly $2 billion of investment Currently home to the Isle Casino and Pompano Harness racing track KEITH assisted the Client in navigating City, County, and State agencies to unlock the site's true development potential. KEITH, using its full trans - discipline effort, including geospatial, planning, civil engineering, traffic and transportation engineering, and landscape architecture, spearheaded the entitlement and development process to create a separate zoning district In addition to the new Live! District, the plan offers options for office, retail, industrial, and up to 4,100 residential units as a part of this integrated development. KEITH led the larger master planning efforts associated with the internal roadway network, infrastructure, site character, and landscaping, as well as stormwater management. In addition, KEITH continues to lead the full services efforts associated with roadway design, casino expansion, parking garage development, and retail/grocery components, and Live! Entertainment Venue, and hotel. The project will be developed in three stages; KEITH is actively involved in the design of all stages, with stages 1 and 2 currently under development with expected completion dates in 2022-2024. When completed, this project will create a destination spot that will continue to place Pompano Beach and South Florida on the map for residents and visitors alike. KEITH also provided public engagement, platting/plat note amendments, water and sewer model and planning, FEMA assessments, entitlement process and planning, FDOT coordination, visioning, and utility coordination. YEARS OF EXPERIENCE 19 years YEARS WITH KEITH 2 years EDUCATION B.S. Civil Engineering, Florida International University, 2004 PROFESSIONAL REGISTRATIONS 72358, Professional Engineer, Florida Florida Advanced Work Zone Traffic Control VIVA WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 62 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE 3 QUALIFICATIONS PROPOSER'S TEAM 3 Marathon Public Library Location: Marathon, FL Schedule: 2016-2021 Completed: 07/30/2021 Design Fee: $95,130.00 Client: Synalovski Romanik Saye, LLC Merill Romanik 954-961-6806 mromanik@synalovski.com The Marathon Public Library is part of the Monroe County Public Library system and serves the City of Marathon and the Middle Keys. The improvements consisted of a new Library and Adult Education building, including associated parking/drive aisles and landscape areas. The 2-story, mixed -use facility includes dedicated adult education space, shared space, classrooms, shaded outdoor space, climate -controlled archival space and a dedicated climate -controlled IT room. The project met sustainability standards as per the Florida Green Building Coalition (FGBC). As part of the design team, KEITH provided civil engineering and landscape architecture services, including Certified Arborist services. The engineering requirements included site plan preparation, coordination and processing, engineering plans including water and sewer, on -site paving, grading and drainage, signing and pavement marking, stormwater pollution prevention, bidding assistance, and construction observation. Landscape services included tree inventory and appraisal, creating a tree disposition plan along with landscape and irrigation plans. „0 KEI TH Engineering Inspired Design. ILIAIM WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 63 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 Fort Lauderdale Police Headquarters Location: Fort Lauderdale, FL Schedule: 2020-2023 Completed: 01/05/2023 Design Fee: $458,291.00 Client: AECOM Sara Jimenez 561-684-3375 sara.jimenez@aecom.com As subconsultant to AECOM, KEITH provided survey, subsurface utility engineering, utility coordination, planning, civil engineering, traffic engineering, landscape architecture, and construction management services for the Fort Lauderdale Police Headquarters. The Police Headquarters is being built in phases. 1) Parking Garage (including Firing Range) and perimeter landscape buffers to residential neighborhoods 2) Initial Site Development: SW 13th Avenue extending up to existing Fleet Maintenance Facility; Restriping of existing surface parking; and Replacement of Radio Tower 3) Demolition of outparcel residential buildings and Construction of new Police Headquarters (including Central Plant) 4) Demolition of existing Police Headquarters and portion of Fleet Maintenance Facility (if not able to demolish entire facility) 5) Final Site Development: Extension of SW 13th Avenue to Broward Boulevard; Create Linear Park along Broward Boulevard; and Remove all surface parking and outparcel buildings as possible. r KEI TH Engineering Inspired Design. VITA /n WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 64 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Hallandale Beach Mixed -Use Fire Station No. 7 and Emergency Management Facility Location: The building program and design for the City's new main fire rescue headquarters and Hallandale Beach, FL emergency management facility were developed to achieve LEED Silver Certification and include a 25,000-SF, two-story complex with four apparatus bays and living quarters for Schedule: up to 16 firefighters. The new facility is at SW Corner of Foster Road and NW 1st Avenue. 2014-2019 In addition to on -duty fire rescue staff, the building houses the City's Fire Prevention Completed: 03/12/2019 Bureau and office space for fire inspectors, plans review, and public education. The City's fire rescue administrative headquarters is located within the facility, in addition to its Design Fee: emergency operations, and meeting space. KEITH provided civil engineering, landscape $93,260.00 architecture, and SUE services. Responsibilities included the following services: preparation of landscape and irrigation plans incorporating drought tolerant plants and 'Florida Friendly Client: Landscaping' practices, as well as water saving irrigation components with a 'smart' Currie Sowards Aguila Architects controller and incorporation of a rain sensor; preparation of documents and attendance Jose Aguila at City DRC, AAC and Planning and Zoning meetings; attendance at the pre -application 561-276-4951 meeting with agencies having jurisdiction; preparation of required bidding and construction jose@csa-architects.com documents, design plans, supplementary contract requirements, technical specifications and cost estimates; assistance for LEED BD+C rating documentation and processing; attend pre -bid meeting, respond to bidder questions and prepare bid addenda for project revisions; provide construction engineering/management services; and, provide project close-out services. Project ultimately achieved LEED Gold certification in 2018. ,rC� KEITH Engineering Inspired Design. VITA ,U WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 65 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 Seven on Seventh, Broward Partnership Homeless Initiative moo' 1� 10 ri The KEITH Team is working with Green Mills Group to aid their development for the Broward Partnership Location: Homeless Initiative's Seven on Seventh project, located at the northeast corner of NW 7th Avenue and Fort Lauderdale, FL NW 9th Street in Fort Lauderdale. The goal is to create an 8-story mixed -use building with 72 residential units, 1,955 square feet of ground level commercial space and four levels of structures parking, totaling Schedule: approximately 150 spaces. KEITH is serving as the sub -consultant managing a multi -disciplinary team 2019-Ongoing for survey services, subsurface utility engineering, traffic engineering, planning services, landscape architecture, civil engineering, and construction management. In-house services include planning, landscape architecture, civil engineering, surveying and traffic engineering services. Design Fee: $175,615.00 Client: Green Mills Group Oscar Sol 954-507-6221 osol@greenmillsgroup.com 0 KEI TH Engineering Inspired Design. TOM 0 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 66 DocuSign Envelope ID: 4A06ACD9-6EIA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Charlotte J. Burrie Civic Center Location: Pompano Beach, FL Schedule: 2015-2021 Completed: 06/ 15/2021 Design Fee: $97,690.00 Client: Synalovski Romanik Saye, LLC Merill Romanik 954-961-6806 mromanik@synalovski.com KEITH provided civil engineering, permitting, landscape architecture and construction administration and coordination services for the 8,712-SF Charlotte J. Burrie Community/Civic Center location at 2669 North Federal Highway in Pompano Beach's Cresthaven neighborhood. The Civic Center, a LEED v4 certified building was designed with multipurpose meeting spaces for civic, social, and recreational activities, easy pedestrian access with ADA compliance, porte-cochere entrance for inclement weather protection, and 48 vehicular and 20 bicycle parking spots. The interior of the Civic Center includes a lobby/pre-function area, reception area, administrative offices, small conference room, large assembly space accommodating up to 250 people, fixed platform performance stage, warming kitchen, storage areas and two activity rooms. The engineering requirements include providing LEED templates, permitting, engineering plans including water and sewer, on -site paving, grading and drainage, signing and pavement marking, stormwater pollution prevention, bidding assistance and construction observation. Landscape services include tree inventory and appraisal, creating a tree disposition plan, landscape and irrigation plans, and landscape construction observation. !C� KEITH Engineering Inspired Design. ,CIA ,WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 67 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 BARBARA WILKS FAIA, FASLA Barbara Wilks, principal and founder of W Architecture and Landscape Architecture, is a leader in the field of design. Beginning her career as an architect and obtaining prominence for her design skills, she soon realized that her interests in public space linked with the profession of landscape architecture. Now as an architect and landscape architect, Barbara uses her leadership skills to realign nature and communities. Barbara has won many awards for her work and was elected to both the College of Fellows of the American Institute of Architects and the American Society of Landscape Architecture for her design accomplishments. Her projects range in scale from urban plans, to public spaces, to infrastructure, to architecture. t77omda& o]0 Principal in Charge Lead Designer Quality Control LICENSING Registered Architect: MD, NY, NJ, TX NCARB Certified Registered Landscape Architect: MD, NY, MO -pending CLARB Certified EDUCATION Bachelor of Architecture Cornell University, 1974 Master of Landscape Architecture University of Pennsylvania, 1993 SELECTED PROJECT EXPERIENCE Mississippi River Learning Center St. Paul, MN St. Petersburg Pier Approach St. Petersburg, FL The Riverline Buffalo, NY St. Patrick's Island, Calgary, Canada Penn Plaza 33 New York, NY Julian B. Lane River Center and Park Tampa, FL Wagner Resiliency Assessment New York, NY Tide Point Baltimore, MD Troy Riverfront Park Troy, NY PRINCIPAL IN CHARGE BWILKS@W-ARCHITECTURE.COM In addition to opening her projects for participation, during the design process Barbara continues the spirit of inclusion to the surrounding communities and government agencies. The work reflects her leadership skills in the resulting synthesis of these multiple inputs to create a comprehensive connection between the fundamental ecology of the site, its historical and cultural legacy, and its current iteration. Wilks serves on the Design Trust for Public Space, the Van Alen Climate Council, the McHarg Center at the University of Pennsylvania, the Planning Committee of the Municipal Art Society, NYC, and the Board of Pyramid Hill Sculpture Park. SELECTED AWARDS 2022 West Harlem Piers Masterplan ULI Global Award for Excellence Harlem, NY St. Petersburg Pier Approach Honor Award ASLA New York Chapter West Harlem Piers Park The Riverline Harlem, NY 2021 Merit Award ASLA The Valley Beeline - Chouteau New York Chapter Greenway Competition, St Petersburg Pier Approach St. Louis, MO 2019 Chicago Anathaneum Museum American Architecture Award The Edge, Julian B Lane River Center and Park Brooklyn, NY Chicago Anathaneum Good green Design - Green Urban Planning/ 615 River Road, Landscape Architecture Edgewater, NJ Chouteau Greenway -The Valley Beeline 90 Sands, Brooklyn, NY Bush Terminal Campus, Brooklyn, NY 50 West New York, NY Red Hook Integrated Flood Protection System, Brooklyn, NY 2017 American Architecture Award Chicago Athenaeum Museum St. Patrick's Island 2016 National Urban Design Award Royal Architecture Institute of Canada St. Patrick's Island Honor Award ASLA NY Chapter Plaza 33 2010 MASterworks Awards Neighborhood Catalyst West Harlem Piers Park Vflj Architecture and Landscape Architecture, LLC W-ARCHITECTURE,COM 374 FULTON STREET I FLOORS 3 + 4 1 BROOKLYN, NY 11201 212 981 3933 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 PIER APPROACH ST PETERSBURG9 FL USA Today's Top 3 Best New Attractions of 2020 The Pier Approach transforms a 20 acre former street parking lot to attractive pedestrian uses and a new civic heart for the city connecting to the pier and Tampa Bay. The design creates three experiences: an urban pedestrian spine that reaches from the downtown to the pier, a family oriented park, and the waterfront edges. The waterfront edges provide a variety of spaces for gathering and interacting with the water, including hard and soft edges. The family park includes a large sculpture by Janet Echelman floating over a central lawn. Surrounding it are stormwater gardens, a unique children's play area, as well W Architecture and Landscape Architecture, LLC as picnic and cafe spaces. The design is a result of a robust community engagement process spanning several years. W has managed a large interdisciplinary team as well as the various city, state and federal agencies, stakeholders, communities, and elected representatives to produce an exciting design which has caught the imagination of St Petersburg. Project completed with Wannemacher Jensen Architects. EJ Size Key Personnel Client Reference Selected Awards 20 acres Barbara Wilks, Raul Quintana, AIA 2022 Finalist for ULI Americas City Architect Awards for Excellence Role Completion Dates Engineering &Ca Capital 2021 ASLA-NY Merit Award Prime Consultant: Construction Cost: $13.5 million Improvements ASLA NY Chapter Landscape Architecture & Completion: Jan. 2020 St. Petersburg, FL 2020 Excellence on the Waterfront Architecture (727) 893-7913 Award raul.quintana@stpete.org TiVA R WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 69 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM L V 14 ...._./ram t ` 1 l '14at `/ - / 1 W Architecture and Landscape Architecture, LLC VIVAm WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 70 3 DocuSign Envelope lU 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 Architecture d tap cape Architecture, LLC 55"; Ar •� �,':. �?, '�. •.� 'fir ��X� .�_ �✓0f - _ � 'wit_ ` \.,` ..�`� VITA 02 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 71 DocuSign Envelope ID:4AO6ACD9-6BA8-4EE2-ADDS-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 JULIAN B. LANE RIVERCENTER AND PARK TAM PA, FL A community boathouse designed to be flooded Located directly across the Hillsborough River from the downtown, J. B. Lane Park creates a visible landmark to attract people across the river and the riverwalk. This formerly underused park was transformed in conjunction with the local community into a facility for neighborhood as well as regional use. Working with CIVITAS, W collaborated on the park programming, public engagement and landscape design. We were also responsible for the design of the boathouse, two restrooms, a maintenance center, and numerous shade pavilions. The Rivercenter is a boathouse and landmark on the river and includes community spaces for educational purposes, Size 25 acres Role Collaboration with Civitas on programming and landscape design. Lead building architect for all building structures including the Rivercenter, two restrooms, a maintenance facility, and shade pavilions Key Personnel Barbara WiIks Completion Dates Completion: May, 2018 Construction cost: $35 million A material study was also conducted in order to find resilient materials for Florida's severe climate. Hurricane -resistant cladding and sun protective layers were chosen specifically to withstand the weather, and to add to the vernacular of the Floridian built environment. Project completed with Wannemacher Jensen Architects. W Architecture and Landscape Architecture, LLC rli....r r.. +_+ Karla Price Parks and Recreation Department, City of Tampa, FL (813) 274-8615 Press Morelli, Keith. "Tampa unveils plans for Julian B. Lane park renovation" Tampa Bay Times, September 9, 2014 A—., 4, 2020 ULI Urban Open Space Award Finalist 2019 American Architecture Award 2019 Future of the Region Award 2019 New York ASLA Honor Award 2019 ENR Southeast Best Projects 2018 Colorado ASLA Merit Award 11/.4 WANNEMACHER JENSEN ARCHITECTS I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 72 DocuSign Envelope ID: 4AO6ACD9-66A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 "Tama has never seen anything like this. Now we're bri.nging it to the other side of the river where it's long overdue." Guido Maniscalco City Council member, Tampa, FL W Architecture and Landscape Architecture, LLC ILIAH WANNEMACHER JENSEN ARCHITECTS I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 73 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 THE EDGE MASTER PLAN AND DESIGN WILLIAMSBURG, NY Diverse experiences on the East River The Williamsburg waterfront has been dominated by industry and its relics for over a century - making it largely off limits to the public. The "Edge" park brings people to the river and links the ecosystem with the fabric of the community. Our plan unites both sides of the river by using the piers to re -orient views across - especially Empire Pier directed toward the Empire State Building while 6th Street pier Size Landscape: 2 acres Rala—nra - Master plan integrating private development and public space - Threshold to the water for the public - Maximizing views to create special places and moments - Variety of piers and edges creates a variety of experiences Role Landscape Master Plan, WAP approvals Waterfront Park: Lead Designer and Landscape Architect; Coordinate all approvals, engineers, WAP, artists, etc.; Create construction documents and supervise construction Key Personnel Barbara Wilks, Julia Howe W Architecture and Landscape Architecture, LLC steps down to touch the water. It pedestrianizes the streets leading to the waterfront and the park terraces over a parking garage below. These three piers together with the diverse upland landscape create a variety of waterfront experiences - a theater to the water - that bring people back, alone or in a group. Completion Dates Waterfront Access Plan Certified February 2007 Phase I Complete: Fall 2009 Phase 11 Complete: 2019 Construction Cost: Landscape $20 million rliant Roforanra Michael Kaye Douglaston Development 718-281-0550 x315 color+nA A. —A, 2021 Rosa Barba Prize Selection 11th Barcelona Biennale 2020 American Architecture Award 2020 WLA Award Finalist 2012 ASLA NY Merit Award - Phase 1 2008 "Ecotones: Mitigating NYC's Contentious Sites" Center for Architecture ILIAH WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 74 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 "[The Edge] has many of the characters tics I appreciate social places that work, a design tha makes the most of the site, resilient plantings that omise seasonal changes, and park elements that will ii and up to time and trial." tnepe Co issioti r W Architecture and Landscape Architecture, LLC VITA ,U WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 75 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 PRUDENTIAL HEADQUARTERS NEWARK, NJ The Prudential headquarters in Newark has two very different open spaces —one at ground level open to the public, and a second on top of the parking garage, to provide amenities for the employees. The stone Entry Plaza was carefully coordinated over the basement space below. A low maintenance trees and ground cover soften the space, and security bollards/ seating plinths continue through the planting. A large green wall over 30 feet high, is the focal point. This wall is based on the Rock of Gibraltar logo of Prudential. Role Sub consultant to KPF Landscape Architect; Coordinate all approvals, engineers. Create Design Documents and supervise construction. For a 2 acre garden, green walls, and public plaza. Key Personnel Barbara Wilks Completion Dates Construction Complete: August 2015 Client Cnntart Kohn Pedersen Fox Associates (KPF) 11 W 42nd Street New York, NY 10036 212-977-6500 W Architecture and Landscape Architecture, LLC The elevated terrace area accommodates spill out space from the adjacent cafeteria, as well as a large open deck for multiple activities and gathering, set into a meadow landscape. This landscape is easy maintenance and is a haven for local birds. Soil depth was carefully calibrated with structure to minimize additional costs. The plant palette reflects this constraint. A running track goes around the two acre terrace, negotiating the subtle topography. A LUSH ROOFTOP TERRACE, GREEN WALLS AND PLAZA VIVA ,WANNEMACHER JENSEN ARCHITECTS I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 76 DoCuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 mrn ` 1 — 1 m ==M;—.---��■ �..-�--""' m Irr,� � _�— ►,t m a ti Lf L L i �6 i , '-.0- la a w j 1 l�t 1 A a 4 W Architecture and Landscape Architecture, LLC ILIA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 77 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Jeff Nodork PE, LEED AP, BD+C Jeff Nodorft is an award -winning design principal with a wealth of experience in the planning and design of aquatic facilities. Licensed in 17 states, Jeff has completed hundreds of swimming pool projects in his professional career. As a LEED Accredited Professional, Jeff manages the entire project, from the initial concept design, design management and project leadership throughout the construction administration process. Jeff's engineering responsibilities also include the design of all swimming pool mechanical systems. Jeff's expertise and understanding of the aquatic industry provides practical, cost-effective, and efficient designs, along with a unique understanding of aquatic programs and their requirements. SELECTED EXPERIENCE: Huntsville Aquatic Center - Brahan Natatorium, Huntsville, AL ROLE The city's new 90,000 sq. ft Huntsville Aquatics Center opened in July 2017. The stunning new PRINCIPAL facility features three large pools, new restrooms, conference and hospitality space, offices and concessions, and a new terrace overlooking the Brahan Spring Park lagoon. This incredible EXPERIENCE facility will enable the city to serve more people than ever, with the addition of swim meets, 28 classes, senior therapy sessions, and swim lessons. With the 56,400 sq. ft. addition to the Brahan Natatorium, the facility includes a new 50-meter competition pool and a new instructional pool for EDUCATION therapy and swim instruction. The city now has two Olympic size pools for competition use and University of Wisconsin, the largest spectator seating capacity in the state for 1,500 patrons. Platteville - Bachelor of Science Client / Agency: City of Huntsville Role: Aquatic Design and Engineering Mechanical Engineering Contact: Ricky Wilkinson, Director I richard.wilkinson@ huntsvilleal.gov I P 256.427.5670 University of Dubuque - Master Bear Levin Studer Family YMCA, Pensacola, FL of Business Administration Your The new 52,000 sq. ft. Bear Levin Studer Family YMCA serves 8,000 members in the Palafox Historic District of Pensacola, Florida. The building, which incorporates the latest technology PROFESSIONAL REGISTRATIONS and amenities, showcases the YMCAs major state-of-the-art venues comprised of the aquatics AL, AK, CA, CO, FL, GA, MI, MD, center, gymnasium and wellness center. The facility features include a Kid's Zone, lap and therapy MN, NH, NC, OH, SC, TN, VA, pools, steam room, sauna, a handicap accessible water slide accessible from the second level WV, WI of the facility, a spin room, group exercise rooms, demonstration kitchen, and a multipurpose room. The prominent use of glass promotes healthy living, allows for visual connections between CERTIFICATIONS& AFFILIATIONS: programs and brings In natural light throughout the building. LEED AP BD+C Accredited Client / Agency: Bear Levin Studer Family YMCA Role: Aquatic Design and Engineering Professional Contact: Michael Bodenhausen I mbodenhausen@ymcawfl.org I P 850.471.8861 Power 25 Recipient, Mary Jane Arrington Gym & Aquatic Center - Vance Harmon Park, Poinciana, FL Most Influential Industry The Mary Jane Arrington Gym & Aquatic Center at Vance Harmon Park in Poinciana celebrated Professionals, Aquatics its grand opening in May 2017. Osceola County built the pool which will be managed by the International. Association of Poinciana Villages, saving the county about $700,000 per year. The new 16,000 sq. ft. facility includes a gym, fitness room, meeting rooms, locker rooms and a warming kitchen. Outside features include a competition pool, fitness trail around the pond, a multi -use lawn for sports and outdoor activities, an event lawn and an outdoor pavilion. High school swimmers in Poinciana will be able to compete at "home" thanks to the completion of this new facility. Client / Agency: Osceola County Government Role: Aquatic Design and Engineering Contact: Curt T. Diehl, Project Manager I cdie@osceola.org I P 407.742.0517 Bunker Beach Waterpark, Anoka, MN Eastway Regional Center, Meckleburg, NC Holding Park Pool, Wake Forest, NC Huntsville Aquatics Center, Huntsville, AL Southern Regional Aquatic Wellness Center, Fort Washington, MD UNC Charlotte University Recreation Center, Charlotte, NC Washington and Lee University - Natatorium, Lexington, VA Watauga Recreation Center, Boone, NC ILIA la WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 78 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Cary Dennis, MSME ROLE PROJECT DIRECTOR EXPERIENCE 25 EDUCATION Missouri Southern State University Bachelor of Science - Mechanical Engineering Cary Dennis has acquired a broad range of experience in his 25+ years of designing, constructing, and engineering recreation and aquatic centers. In addition to extensive construction experience, Cary has managed multiple projects from initial concept design through every facet of the construction process. Cary has worked with a wide variety of client types such as general contractors, architects, engineers, and development firms to design and build custom recreation centers, water parks, collegiate aquatic centers, and therapy/training centers. As a project manager, Cary has been instrumental in the design of various project types serving a variety of user groups including municipalities, universities, health centers, YMCAs, school districts, and hospitality establishments. Cary's in-depth knowledge of the aquatic industry provides practical, profitable, and distinctive designs, along with a unique understanding of aquatic programs and their requirements. This understanding translates into calculated design decisions that benefit the project owner, users, community, and our environment. SELECTED EXPERIENCE: Florida Aquatics Swim and Training (FAST), Ocala, FL The Florida Aquatics Swimming & Training (FAST) facility is the premier swimming, training and competition venue in the Southeastern United States. Designed to host swimming competitions for local, state, and national competitors, FAST features an indoor 50-meter competition pool, an outdoor 50-meter warm-up pool, and an outdoor sprayground. The outdoor warm-up pool is a pre-engineered stainless -steel system built by Myrtha and was previously used for the U.S. Olympic Trials. Aquatic features an indoor 27,200 total sq. ft natatorium as well as a 40,000 sq ft. outdoor area. Client / Agency: On Top of the World, LLC Role: Aquatic Design and Engineering Washington University, Master of Contact: Jim Walkup, Project Manager I Jim-Walkup@otowfl.com I P 352.873.0848 Science - Mechanical Engineering Santa Monica High School, Malibu, CA CERTIFICATIONS & AFFILIATIONS: The $120 million Discovery Building located at Santa Monica High School (SAMOHI) opened in American Society of Mechanical August 2021. The overall campus improvements were part of a bond funded through Measure Engineers SMS for the Santa Monica -Malibu Unified School District, allowing the district to issue $485 million in bonds. The new academic complex transforms SAMOHI's north campus. Features Association of Pool and Spa include for the 12,882 sq ft. aquatic center include: a 13,000 sq. ft. competition pool with ten Professionals 50-meter lap lanes, a six foot wide bulkhead, and stair entry. Client / Agency: SMUSD Role: Aquatic Design and Engineering OSHA 30 Certified Contact: Carey Upton, Chief Operations Officer I cupton@smmusd.org I P 310.450.8338 x702O3 Executive Athletes North Port Aquatic Center, North Port, FL In April 2010, Counsilman-Hunsaker completed an Aquatic Facilities Master Plan which assessed RELEVANT PAST EXPERIENCES: current conditions and needs of the community to be a guide for future programming, site 2001 - 2015 selection, renovations, and new construction of a new aquatic facility. In June 2018, the North Co -Founder & President Port City Commission broke ground on the 75,500 sq. ft. North Port Aquatic Center. The North Capri Pools & Aquatics Port Aquatic Center includes 25-meter stretch pool, a lazy river, a kids' activity pool, two body flumes (or slides), a bowl slide, shade structures, a bath house with locker rooms, and a small concession area. The 25-meter stretch pool will be able to accommodate 25-yard or 25-meter lap swimming and competitions and will be open all year long. Client / Agency: City of North Port Role: Aquatic Design and Engineering, Feasibilty Study, Operational Business Plan Contact: Tricia Wisner, MBA, CPRP - Assistant Director of Parks & Recl twisner@cityofnorthport. com I P 941.429.3570 Cypress Fairbanks ISO Natatoriums, Houston, TX Gert Town Natatorum, New Orleans, LA Greenville Aquatic Center, Greenville, NC Hearst Pool, Washington, DC Jacksonville State University Recreation & Fitness Center, Jacksonville, AL Santa Monica High School, Santa Monica, CA THE HEIGHTS Community Center, Richmond Heights, MO Terry L. Smith Aquatic Center, Reston, VA IOTAH WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 79 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Fort Lauderdale has long retained its title as a leader among aquatic destinations. Since opening the first Olympic size swimming pool in the state of Florida in 1928 followed by the Swimming Hall of Fame in 1965, the Fort Lauderdale Aquatic Center has been the honorable host of hundreds of national and international events and has witnessed the creation of ten world records. However, after over 50 years of serving the community, the city made the decision to renovate the facility to ensure that Fort Lauderdale remains a destination for world -class aquatic events. The Center has now been restored to its former glory and is now the home to the first precast concrete dive tower in the world, which combines springboard, platform, and high diving and further cements Fort Lauderdale in aquatic facility history. In August 2018, Counsilman-Hunsaker, Hensel Phelps Construction Company, Cartaya & Associates Architects, Gate Precast, Weller Pools, Keith & Associates, Langan, WSP, HyPower Inc, Econstruct, Southeast Precast Erectors and Right Way Plumbing Company were chosen as the design -build team to begin preparing construction documents for a redesigned aquatic sports venue. The facility broke ground in April 2019 and was completed and reopened to the public in September 2022. The newly renovated facility includes two new pools and a spa, in addition to the existing 50-meter training pool. The new pools include a 50-meter competition pool with two six-foot wide bulkheads and a 25-meter dive pool with a 27-meter dive tower, the first of its kind in the western hemisphere. The competition and dive pool were designed to be FINA-compliant, allowing it to host large international competitions. The current 50-meter pool, used for training purposes, was fully renovated. Additionally, a new spa was built, offering support to athletes using the diving tower. A new mechanical building houses new filtration systems, pumps, and chlorination systems that serve each pool, with over 2.6 million gallons flowing through. A grandstand was built on top of the mechanical building, allowing seating for over 1,500 spectators. Two additional buildings were built to support the aquatic center which include bathrooms for spectators, locker rooms for athletes as well as additional support spaces required to host international level events. COUNSILMANNUNSAKER.COM DALIAS • DENVER • SAN DIEGO • ST. LOUIS VITA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 80 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM The redevelopment of the 32,400 sq. ft. outdoor aquatics complex includes: Recipient of the Honor Award from American Institute of Architects Additional renovations included: • Raised pool deck level elevation to allow for increased pool depths for competition -level use. New pool deck surface throughout. • Removed existing grandstand building and bleachers on north side of facility and provided new mechanical building with grandstand with metal bleachers allowing for over 1,500 spectators. New spectator restrooms, concessions, ticket office building including large outdoor rooftop terrace overlooking the dive pool. • Removed existing south building housing locker rooms and pool offices and replaced with new locker room building that also houses support spaces required to host international level competitions. • Provided site improvements that included parking and drainage enhancements, new stadium lighting, landscaping, sidewalks, and new main entry plaza. 14,500 sq. ft. 50-Meter Competition Pool • FINA-compliant for swimming, water polo and synchronized swimming competitions • Ten 50-meter lap lanes • 25-meters wide • Two 6 ft. wide bulkheads 6,700 sq. ft. 25-yard Dive Pool • FINA-compliant pool for diving competitions • Precast diving tower • Nine 25-meter lap lanes • Stair entry 12,400 sq. ft. Refurbished Training Pool • Ten 50-meter lap lanes • Eighteen 25-yard cross course lap lanes • New gutter system New mechanical systems 150 sq. ft. Dive Spa • Stair entry Diving Tower • The 27-meter dive tower includes nine platform levels and combines three sporting events: springboard diving (1- meter, 3-meter), platform diving (1-meter, 3-meter, 5-meter, 7.5 and 10-meter) and high diving (15-meter, 20-meter, 24-meter, and 27-meter). • The tower is constructed of 96 precast concrete panels and rests on a foundation 5-feet deep and 53-feet wide, supported by 35 auger cast piles at a depth of 60-feet. • There are 162 stairs to the top of the tower. Reference: Ms. Laura Voet Aquatics Complex Manager City of Ft. Lauderdale 501 Seabreeze Blvd. Ft. Lauderdale, FL 33316 Phone: 954.828.4582 Email: Ivoet@fortlauderda le.gov Project Cost: $45,000,000 Date Started: September 2018 Date Completed: September 2022 COUNSILMANHUNSAKER.0 OM DALLAS • DENVER • SAN DIEGC • ST. LOUTS ILIA 13 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 81 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Rendering Courtesy of Hastings and Chivetta The Belmont Plaza Pool is a symbol of Long Beach, California, with a long-standing history of providing beach -front community recreation, U.S. Olympic swim trials, and collegiate championships. In 2008, Counsilman-Hunsaker was retained to help develop a cost estimate to retrofit and upgrade the existing pool complex. Scenarios were developed for review, providing aquatic competition, training, and leisure programming components. Options varied from basic renovation work to full replacement and enhancement. Each option focused on the goals of the city and the needs of the community. In January 2013, the pool structure was deemed seismically unsafe in the event of a moderate earthquake and was closed permanently to protect the safety of the public. In August 2014, Counsilman-Hunsaker was again retained to provide aquatic design and engineering services. After multiple revisions for the redevelopment of the new aquatics center, plans have been finalized. The new design emphasizes recreation, elimination of the spherical cover, and moving the entire complex back up the beach. This design keeps the current "temporary" Belmont Outdoor Pool, but with upgrades and permanent showers and lockers building. A second 50-meter pool will be added to complement the current 50-meter by 25-meter pool. The final design includes: • 14,463 sq. ft. 50-meter Competition Pool with moveable floor and two bulkheads • 5,655 sq. ft. FINA Compliant Dive Well • 1,442 sq. ft. Teaching pool • 4,163 sq. ft. Recreation Pool • 972 sq. ft. Sprayground 216 sq. ft. Spa Pending approvals, the city will continue to pursue various funding opportunities, including, but not limited to, fundraising efforts, grants, and engaging the Los Angeles 2028 Olympic organizing committee. If the permitting process goes as planned, construction could begin as soon as summer 2022 which would allow completion in early 2024. Reference: Tom Modica Assistant City Manager City of Long Beach 333 West Ocean Blvd. Long Beach, CA 90802 Phone: 562.570.5091 Email: tom.modica@longbeach.gov Estimated Project Cost: $85,000,000 Estimated Date of Completion: TBA Services Provided: Study Completed: 2009 & 2014 Aquatic Design & Engineering: TBA _ COUNSILMANNUNSARHR COM DALLAS • DENVER • SAN DIEGO • ST. LOUIS VITA NVA WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I 82 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM In September 2005, the City of La Mirada commissioned Counsilman-Hunsaker to develop cutting -edge aquatic options and to provide research that would assist the city in making decisions on how best to proceed with the design and construction of an outdoor aquatic center. The study's objective was to identify and evaluate current aquatic programming and facilities, both locally and nationally, and establish a needs analysis for new aquatic space and programming that would best meet the community's aquatic needs. Based on the comprehensive market analysis, the city selected a design option that developed into the "Splash" La Mirada Regional Aquatics Center. The center is located on 18 acres on the western edge of La Mirada Regional Park, adjacent to the city's administrative and community recreational facilities. The Spanish heritage, seafaring themed complex features: 13,000 sq. ft. 50-meter competition pool with moveable bulkhead • 5,000 sq ft. 25-yard fitness/instructional pool with eight lap lanes • 200 sq. ft. 20-person therapeutic spa • 1,200 sq. ft. children's splash pad with interactive aquatic play features • 12,500 sq. ft. leisure pool • Multi -play structure with tipping bucket • 600 ft. long lazy river • Three large waterslides including body, tube and speed slides Reference: Liza Soto Aquatics Manager Splash! La Mirada Regional Aquatics Center 13806 La Mirada Boulevard La Mirada, CA 90638 Phone: 562.902.3158 Email: Isoto@cityoflamirada.org Design Awards: 1. 'Best of Aquatics' Award. AA uatics International. 2012 2. 'Innovative Architecture & Design' Award. Recreation Management. 2008 3. 'Best of Aquatics' Award. Aquatics International. 2008 4. 'Achievement' Award. California Park & Recreation. 2007 5. 'Award of Excellence for Aquatic Facility.' California Park & Recreation Society. 2007 Publications: "Dream Designs." Aquatics International. June 2009 "LaMirada's Newest Treasure Unveiled." World Waterpark. OcUNov 2008 "Big Splash." Aquatics International. March 2008 "Cool by the Pool." Parks and Recreation. November 2008 "A Buccaneer's Brew." Water Shapes. May 2008 Project Cost: $24,000,000 Aquatics Cost: $6,500,000 Date Completed: November 2007 Services Provided: Feasibility/Master Planning Study — 2005 Aquatic Design & Engineering - 2007 COUNSIIMANMUNfA1f M.COM DALLAS • DENVER • SAN DIEGO • ST. LOUD VITA2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 83 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Estancia High School in Costa Mesa was the only district high school without an Olympic -sized swimming pool. Its existing outdoor L-shaped pool measured 25-yards by 27-yards. With successful aquatic programs growing and a desire for equity amongst the high schools in the District, the District's school board agreed to a new $7 million pool replacement project in 2016. The pool designed is an outdoor eight lane, 50-meter pool to be used for water polo practice, competition, and by the community. At the time the school district secured bids in the summer of 2017, the project was $3 million over budget. With the project on pause and in search of creative solutions, Counsilman- Hunsaker assembled a design -build team that was able to create a construction budget that other teams could not accommodate. Working closely with the pool contractor through a design -assist project approach, the design team prepared a design solution that met the programming needs of the school district while also meeting their budget requirements for the project. California Waters, the pool construction specialist, served as both general contractor and swimming pool contractor for the project. The renovation scope included filling in the existing L- shaped pool and replacing it with an outdoor courtyard, renovating an existing building to accommodate two chemical storage rooms and the new mechanical and chemical treatment systems for the pool, bleachers with shade structures, sports lighting, LED scoreboard, coach's offices, team room, restrooms, snack bar, and site work. The project was funded from the Capital Outlay Projects fund, an account set up for capital expenditures, including facilities improvement projects. Reference: Ara Zareczny Newport Mesa Unified School District Administrative Director, Facilities Development, Planning and Design 2985 Bear Street Costa Mesa, CA 92626 Phone: 714.424.7522 Email: azareczny@nmusd.us Project Cost: $5,850,000 Aquatics Cost: $1,750,000 Date Completed: March 2020 Services Provided: Aquatic Design & Engineering COUNSILMANNYNSA .COM DALLAS • DENVER • SAN DIEGO • ST. LOUIS YAU WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 84 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 The $120 million Discovery Building located at Santa Monica High School (SAMOHI) opened in August 2021. The overall campus improvements were part of a bond funded through Measure SMS for the Santa Monica -Malibu Unified School District, allowing the district to issue $485 million in bonds. The new academic complex transforms SAMOHI's north campus. The five -story, 280,000 sq. ft. complex is an open-plan structure hosting 38 classrooms, 288 parking spaces, an indoor - outdoor cafeteria and rooftop classrooms. The project was designed to embrace Open Building principles which allow for flexibility in the K-12 education experience. This 1,200-student facility aims to prepare its students for a dynamic future amongst social, cultural and academic change. Other key features of the new building include an Olympic -size swimming pool, which will be home to SAMOHI's first-rate swimming and water polo programs, as well as community and youth swimming opportunities. Features include for the 12,882 sq ft. aquatic center include: 13,000 sq. ft. Competition Pool • Ten 50-meter lap lanes • 6 ft. wide bulkhead Stair entry '•' Di Project Cost: $120,000,000 Aquatics Cost: $4,000,000 General Contractor: McCarthy Pool Contractor: California Commercial Pools Reference: Carey Upton Chief Operations Officer: Maintenance, Operations, Transportation, and Facilities Use Departments SMUSD 1651 16th St. Santa Monica, CA 90404 Phone: 310.450.8338 x70203 Email: cupton@smmusd.org Date Completed: August 2021 Services Provided: Aquatic Design & Engineering CO UN SIL MANH11NfARlR.COM DALLAS • DENVER • SAN DIEGO • ST. LOUD ,'1A H WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 85 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM j-r Photos courtesy of Phil Wegener Located in a neighborhood park that supports a wide variety of recreation opportunities, the new Scott Carpenter Pool redevelopment project includes the only 50-meter pool in the city of Boulder. This unique amenity supports many aquatic recreational needs of the Boulder community, including swim meets for the Boulder Barracudas Swim Club. The pool redevelopment meets the needs of the community such as balancing lap swimming capacity with open swim availability, providing amenities that are multi -generational and multi -use, providing a renovated bathhouse to support the pool use, exploring partnership opportunities to leverage current funding, and incorporating sustainability measures where feasible. Based upon the goals of the project and feedback from the community, the existing "L" shaped lap pool was replaced with an 87,120 sq. ft. aquatic center featuring a 10 lane, 50-meter pool, a bathhouse that was extensively renovated and expanded, and new leisure amenities which will serve all ages. Counsilman-Hunsaker was responsible for the design and engineering of the pools, sprayground, pool mechanical equipment, and the hydraulic, heating, filtration, and chemical treatment systems for the swimming pool and sprayground components. Aquatic amenities include: 12,300 Sq. ft. Competition Pool • Ten 50-meter lap lanes • Twenty 25-yard cross -course lap lanes • Water volleyball • Water basketball 8,000 sq. ft. Recreation Pool • Faux rock -climbing wall • Three -meter tower with dropslide and jumping platform • Lazy river • 1-meter diving board • Zero -depth entry • Space-themed play structure 1,800 sq. ft. Sprayground • Rocket-themed fountain feature • Double runout waterslide tower Funding sources for the project included $4.2 million from the 2017 renewed community, culture and safety tax, $5.3 million from the park development excise tax, and $4.7 million from the Parks and Recreation Capital Improvement funds. Publications: 2021 -'Aquatic Design Portfolio' Athletic Business magazine Reference: Doug Godfrey Parks Planner and Resources, Parks and Recreation City of Boulder 1777 Broadway, Boulder, CO 80302 Phone: 303.413.7229 Email: godfreydCa)bouldercolorado.gov Project Cost: $15,755,500 Aquatics Cost: $4,661,000 Start Date: September 2020; Date Completed: August 2020 Services Provided: Aquatic Design & Engineering COUNSILMANMUNSAKHR COM DALLAS • DENVER • SAN DIEGO • ST. LOUIS TIIAIs WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 86 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS 4 FORT LAUDERDALE AQUATIC CENTER FORT LAUDERDALE, FL - USA V;� FM N4Counsilman •Hunsaker ,, „< In August 2018, Counsilman-Hunsaker, was chosen as the design -build team to begin preparing construction documents for a redesigned aquatic sports venue. The facility broke ground in April 2019 and was completed and reopened to the public in September 2022. The newly renovated facility includes two new pools and a spa, in addition to the existing 50-meter training pool. The new pools include a 50-meter competition pool with two six-foot wide bulkheads and a 25-meter dive pool with a 27-meter dive tower, the first of its kind in the western hemisphere. The competition and dive pool were designed to be FINA-compliant, allowing it to host large international competitions. The current 50-meter pool, used for training purposes, was fully renovated. A new mechanical building houses new filtration systems, pumps, and chlorination systems that serve each pool, with over 2.6 million gallons flowing through. A grandstand was built on top of the mechanical building, allowing seating for over 1,500 spectators. AQUATIC FEATURES INCLUDE ► 14,500 sq. ft. 50-Meter Competition Pool FINA-compliant for swimming, water polo and artistic swimming competition. Ten 50-meter lap lanes, 25-meters wide, two 6 ft. wide bulkheads ► 6,700 sq. ft. 25-yard Dive Pool FINA-compliant pool for diving competitions, precast diving tower, nine 25-meter lap lanes ► 12,400 sq. ft. Refurbished Training Pool Ten 50-meter lap lanes, eighteen 25-yard cross course lap lanes, new gutter system, new mechanical systems. COMPLETION REFERENCE September 2022 Laura Voet Aquatics Complex Manager PROJECT COST City of Fort Lauderdale Ivoet@fortlauderdale.gov $45,000,000 P: 954.828,4582 VIVA H WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERo ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 87 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS 4 Counsilman • Hunsaker ,::1'.'AT ­-. (:':N , is F NORTH PORT AQUATIC CENTER NORTH PORT, FL - USA In April 2010, Counsilman-Hunsaker completed an Aquatic Facilities Master Plan COMPLETION which assessed current conditions and needs of the community to be a guide for future October 2019 programming, site selection, renovations, and new construction of a new aquatic facility. In June 2018, the North Port City Commission broke ground on the 75,500 sq. ft. North Port PROJECT COST Aquatic Center. Due to a heavy rain season, the project took 15 months to complete. The North Port Aquatic Center includes 25-meter stretch pool, a lazy river, a kids' activity pool, $12,000,000 two body flumes (or slides), a bowl slide, shade structures, a bath house with locker rooms, and a small concession area. The 25-meter stretch pool will be able to accommodate 25- REFERENCE yard or 25-meter lap swimming and competitions and will be open all year long. Tricia Wisner, MBA, CPRP AQUATIC FEATURES INCLUDE Assistant Director - Parks & Rec City of North Port twisnerOcityofnorthport.com No, 9,100 sq. ft. Stretch 25 competition pool with eight lap lanes, a 4 ft. bulkhead, and two P: 941.429.3570 1-meter diving boards ► 9,000 sq. ft. Lazy River with five stair entries, underwater shelf, water walk, various spray features, two waterslides, and a bowl slide ► 2,600 sq. ft. Children's Pool with zero beach entry, play structure, and various spray YA2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 88 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS 4 ACounsilmon•Hunsaker FLORIDA AQUATICS SWIMMING & TRAINING OCALA, FL - USA PROJECT COMPLETED WITH WANNEMACHER JENSEN ARCHITECTS 47P The Florida Aquatics Swimming & Training (FAST) facility is the premier swimming, training and competition venue in the Southeastern United States. Designed to host swimming competitions for local, state, and national competitors, FAST features an indoor 50-meter competition pool, an outdoor 50-meter warm-up pool, and an outdoor sprayground. The outdoor warm-up pool is a pre-engineered stainless -steel system built by Myrtha and was previously used for the U.S. Olympic Trials. FAST will provide a wide variety of programs beyond recreation and competition. The programs at FAST will include swim lessons, drowning prevention, aquatic therapy and fitness, and life-saving water training for lifeguards and fire and rescue personnel. Aquatic features an indoor 27,200 total sq. ft natatorium as well as a 40,000 sq ft. outdoor area. AQUATIC FEATURES INCLUDE ► 12,325 sq. ft. Indoor Competition Pool ► Ten 50-meter lap lanes ► Two 1-meter and two 3-meter diving boards ► 16,000 sq. ft, Outdoor Warm Up Pool ► Eight 50-meter lap lanes and six 25-meter lap lanes ► Myrtha pre-engineered pool construction ► 2,250 sq. ft. Sprayground COMPLETION REFERENCE March 2022 Jim Walkup Project Manager PROJECT COST One Top of the World, LLC jim—waikup@otowfl.com $33,777,245 P: 352.873.0848 IOTAH WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 89 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM DESMAN Project Assignment: Parking Design Specialist Total Years of Experience 37 Total Years at DESMAN 27 Education NJ Institute of Technology Newark, NJ B.S. Civil Engineering Affiliations Institute of Transportation Engineers (ITE) National Parking Association (NPA) International Parking & Mobility Institute (IPMI) Timothy Tracy Executive Vice President I COO Mr. Tracy is an Executive Vice President and is involved with and oversees the transportation and parking planning assignments and project management for the firm. Mr. Tracy's experience is in transportation and parking planning and traffic engineering. He has worked on both public and private sector projects for the past fourteen years and has designed and managed a diversified number of projects. Through this involvement, he has developed a wide range of planning studies that include feasibility, master planning, traffic impact, parking demand and municipal parking programs. Additionally, Mr. Tracy has served as Project Manager and Principal -in -Charge on numerous parking projects ranging from feasibility studies, functional design planning to preparation of construction documents. Mr. Tracy has been involved with countless Municipal Parking Projects throughout the United States. This experience extends to both free standing and mixed -use projects. COLLINS PARK MIXED -USE GARAGE City of Miami Beach, FL Completed a mixed -use parking garage under contract as the Design Criteria Professional for the City of Miami Beach on a 7-level, 525-space parking garage. The garage includes bicycle parking, scooter stalls, electric vehicle charging stations and active liner space on the ground floor. Sea level rise, sustainability and adaptive reuse were critical elements of the design. Received the 2022 Florida Parking and Transportation Association (FPTA) Award of Excellence — Category I Parking Structure Design and Excellence. LAKE NONA HQ OFFICE BUILDING PARKING GARAGE Orlando, FL Served as Parking Consultant, Architect of Record (AOR) and Structural Engineer of Record (SEOR) for a new parking structure generally described as a 5-level facility providing 1800 spaces and incorporating a speed ramps for vertical access. The garage provides approximately 1800 spaces, cast -in -place, post - tensioned concrete and has a facade designed by Gensler Architects. The garage serves two office buildings comprising approximately 450,000 square feet and a hotel of about 120 rooms. Received the 2021 Florida Parking and Transportation Association (FPTA) Award of Excellence for Architecture and Award for Merit of Design. TERMINAL B PARKING GARAGE PortMiami, FL PortMiami retained a design team, including DESMAN for the design of a new cruise line terminal (Terminal B) and garage for Norwegian Cruise Lines. DESMAN's role on the team was to design the structural and foundation elements for the new garage. The new garage is a ±1,073 space, 9-level garage that spans the ground transportation area (GTA) with parking on levels 2 through 9 and a pedestrian connection at level 3 of the garage to the Terminal. The garage has an internal down speed ramp and an up ramp outside of the garage footprint. 72ND STREET MUNICIPAL COMPLEX City of Miami Beach, FL Prepared Design Criteria Package for this project that included a comprehensive alternatives analysis relative to multiple uses incorporated into the building footprint and site. The project consists of two swimming pools on the rooftop, a community center, a fitness center, a County library, 60,0000 square feet of active green space and a 500-space parking garage. DESMAN acted as the prime consultant with a full team of sub -consultants including Architecture, Aquatics, Civil, Environmental and MEP/FP. DESMAN served as the parking and structural engineering consultant. /,,A 0 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 90 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & OUALIFICATIONS PROPOSER'S TEAM DESMA l Project Assignment Sr. Parking Planner Total Years of Experience 38 Years at DESMAN 10 Education University of Wisconsin B.S., Civil and Environmental Engineering M.S., Civil Engineering Active Registrations and Certifications P.E. — Wisconsin AICP — American Institute of Certified Planners Parksmart Advisor - GBCI Affiliations Past Chair National Parking Association -Parking Consultant's Council Past Board Member, National Parking Association Past Vice Chair Institute of Transportation Engineers - Parking Council American Planning Association PAS Technical Advisor Urban Land Institute Smart Growth Solutions Panel I PI Instructor -Certified Administrator of Public Parking (CAPP) Program International Parking and Mobility Institute Civic Past Board Member, City of Fort Lauderdale Beach Redevelopment Advisory Board Past Florida Atlantic University - Mentorship Program Christian R. Luz, PE, AICP Associate Vice President Mr. Luz is a Principal with DESMAN and leads their South Florida office. He has a BS in Civil and Environmental Engineering and a MS in Civil Engineering. Mr. Luz is also a registered Professional Engineer, a Certified Planner and a Parksmart Advisor (Green Garage Assessor) through the GBCI and USGBC. Some of Mr. Luz's accomplishments follow: • Awarded the Bernard Dutch Award by the National Parking Association for outstanding contributions to the parking industry. • Served on technical committee for the International Transportation Institute's original and update of the 2nd edition of Parking Generation Manual. • Past Chair of the NPA-Parking Consultants Council and was co-author of Parking Geometrics publication and the Editor -in -Chief for the 4th Edition of The Dimensions of Parking prepared for the NPA and Urban Land Institute. Mr. Luz has been working under contract for the City of Miami Beach on numerous projects involving sea -level rise, adaptive reuse and sustainability on mixed -use parking garage projects. He has extensive experience in the conduct of a wide variety of planning and design studies in urban conditions involving all types of parking studies, site studies and mixed -use projects. His clients include airports, colleges and universities, corporate and medical campuses, retail centers, shopping malls and centers, municipal economic development corporations, institutional and private sector clients, transit agencies, metropolitan planning organizations, including dozens of cities and parking authorities. His leadership, experience and continued involvement in professional societies and research keep Mr. Luz on top of current state-of-the-art traffic and parking practices. Selected Proiect Experience — Planning and Design City of Miami Beach Collins Park Parking Garage, Miami Beach, FL — DESMAN (C. Luz Project Manager) has completed a mixed -use parking garage under contract as the Design Criteria Professional for the City of Miami Beach on a 7-level, 525-space parking garage. The parking garage is comprised of precast concrete and is wrapped with an iconic perforated metal screen. The garage includes bicycle parking, scooter stalls, electric vehicle charging stations and active liner space on the ground floor. Sea level rise, sustainability and adaptive reuse were critical elements of the design. Received the 2022 Florida Parking and Transportation Association (FPTA) Award of Excellence — Category 1 Parking Structure Design and Excellence. 709 Alton Road Parking Facility, Miami Beach, FL — DESMAN (C. Luz Project Manager) provided parking consulting and structural engineering services to the prime architect for the multi -level state-of-the-art mixed use parking structure that is a unique development in the City of Miami Beach. This four level facility provides approximately 30,000 square feet of ground floor commercial area that has two levels of parking above capped by 25,000 square feet of office and a green roof terrace. Received the 2020 Honoree for Best Design from the South Florida Business Journal. City of Miami Beach 72"d St. Community Complex, Miami Beach, FL— DESMAN (C. Luz Project Manager) has been working under contract to the City of Miami Beach as the prime Design Criteria Professional for a new mixed -use complex. Components of the project include a 500 space parking garage, community center, library, fitness center, two swimming pools and 60,000 square feet of active green space. Sea level rise, sustainability and adaptive reuse were critical elements of the design. ILIA2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 91 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 0 S Project Profile '11 _' A 709 ALTON MIXED -USE OUTPATIENT CARE CENTER AND PARKING FACILITY Miami Beach, FL a Client: Perkins+Will Features: Approximately 200 space, two - Lawrence Kline, Managing Director bay wide parking facility on three 806 Douglas Rd., Suite 300 supported levels plus grade. Coral Gables, FL 33134 305.569.1374 1 LawrenceKline@perkinswill.com Personnel: Christian Luz —Sr. Parking Planner Awarded Contract Timothy Tracy — Parking Design Specialist Amount for Design: $25,000 Completion Construction Date: Winter 2017 Cost: $15,000,000 Years and Term of Engagement: 2014-2016 Summary: Crescent Heights Development planned this multi -level state -of -art mixed use parking structure that is a unique development in the City of Miami Beach. This four level facility provides approximately 30,000 square feet of ground floor commercial area that has two levels of parking above which is capped by 25,000 square feet of office and a green roof terrace. Currently, the Baptist Health of South Florida is the primary and the sole tenant of the commercial and office space. As such, this becomes a BHSF facility that provides emergency and walk-in health care for the immediate community. The facility provides approximately 200 spaces that will serve primarily the development and perhaps in off -park periods, the surrounding community. DESMAN provided parking consulting and structural engineering services to the prime architect Perkins & Will. Received the 2020 Honoree for Best Design from the South Florida Business Journal. VITA . ,l WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 92 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE 8 QUALIFICATIONS PROPOSER'S TEAM ProjectDESMAN Profile Design Consultant - Collins Park Mixed -Use Garage Miami Beach, FL Owner & Client Name + Title: David Martinez, CIP Director City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 305.673.7000 1 DavidMartinez@miamibeachfl.gov DESMAN Personnel: Chris Luz, Project Manager Tim Tracy, Parking Design Specialist Subconsultants: FBrooks + Scarpa, Langan, Louis J. Aguirre Awarded Contract Amount for Design: $484,000 Actual Construction Cost: $27,590,000 FEATURES: Number of Spaces: 525 Number of Levels: 7 Structural System: Precast Concrete Interesting facts: Design Criteria Package Design Assistance/Construction Admin. Parksmart Certification/Sea-level Rise Delivery Method: Design/Build Completion Date: December 2020 Years and Terms of Engagement: 2016 - 2022 Summary: Due to increasing parking demand, the need to expand transit options, and the availability of suitable City -owned sites, the City has funded the potential construction of 10 or more parking structures located in key areas of the City. DESMAN was retained by the City as their Design Consultant for the garages for the preparation of design criteria packages (DCP). The purpose of the DCP was to furnish sufficient information to permit the Design Build Firms (DBF) to prepare a bid or a response to the City's RFP or to permit the City to enter into a negotiated Design Build contract. The Collins Street Garage is a conventional parking garage structure wrapped with an aesthetically pleasing architectural element as shown in the photos. The parking structure includes bicycle parking, scooter stalls, car charging stations, active ground level liners, landscape and irrigation, storm drainage, signage and site lighting. The parking garage structure was designed to accommodate the potential conversion from parking use to affordable housing, workforce housing or other uses should parking demand decline in the future. Parksmart certification and inclusion of sea -level rise measures consistent with City's Code of Ordinances, Chapter 133 — Sustainability and Resiliency is required. As the City's Design Consultant, DESMAN role was to provide feasibility and design services necessary to develop the DCP, detailing specified performance -based criteria ultimately for inclusion in a design/build request for proposals. The scope of services provided by DESMAN required working with numerous City Departments, preparation of conceptual drawings, exploration of alternative programming options based on compliance or waivers of zoning requirements, and the preparation of architectural concepts for budgeting, to determine constructability and estimate pricing. DESMAN was the prime consultant on a team consisting of architects and engineers for preparation of a full scope of services or the DCP including geotechnical and environmental studies, MEP, architectural and structural schematics, design review and construction administration. In addition, DESMAN's role included assisting the City in the selection of a DBF, attending the DBF team interviews, reviewing each DBF bid and providing a written recommendation on each DBF's ability to meet the DCP as well as budget. The Collins Park Garage received the 2022 Award of Excellence — Category 1 Parking Structure Design and Architecture from the Florida Parking and Transportation Association (FPTA). This project also received Better Beach Awards from the Miami Beach Chamber, LEER Gold and Parksmart Silver Certification. VITA2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 93 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 11 X Project Prole PortMiami Terminal B NCL Parking Garage E S 1111 Miami, FL Client. James Bowers, AIA Features: The garage is a ±1,000 space, 9-level garage Partner serving the new Norwegian Cruise Line Bermello Ajamil & Partners Inc. Terminal at PortMiami. The garage spans 900 SE 3rd Avenue, Suite 203 the GTA with parking on levels 2 through 9 Fort Lauderdale, FL 33316 and a pedestrian connection at level 3 of the Phone: (954) 627-5109 garage to the Terminal. The garage has an Email: jbowers@bermelloaiamil.com internal down speed ramp and an up ramp outside of the garage footprint. DESMAN Chris Luz, Sr. Parking Planner Design Period: Design and bid garage in 2018 Personnel: Tim Tracy, Parking Design Specialist Completion: 2019 Awarded Contract Amount for Design $250,000 Years /Terms of Engagement: 2018 — 2019 Actual Construction Cost: $18,000,000 Other projects at PortMiami — 2016 -2021 Summary: DESMAN is responsible for parking consulting and structural engineering for the D/B of a ±1,000 space, 9-level parking garage serving the new Norwegian Cruise Line Terminal (Terminal B) at PortMiami. The garage has 8 levels of parking over a Ground Transportation Area (GTA) that includes a large staging area for taxi and Private Transportation Networks (e.g. Lyft, Uber), 100's of linear curb feet for passenger pickup/drop-off, and multiple options for recirculation/return to terminal and bag -drops. The parking levels are served by a pair of speed ramps, the down ramp is internal to the garage and the up ramp is located outside the footprint of the garage. The entry/exit plazas are located at the 2nd level of the garage to minimize traffic congestion and queuing in the GTA. The garage also has a pedestrian connection to the new terminal at the 3rd level of the garage. DESMAN provided the structural engineering for the garage establishing a column grid that is integrated with the functional design and space layout to achieve the most efficient design. DESMAN also worked with HUB Parking to provide the preliminary design and specifications for the Parking Access and Revenue Control System (PARCS) equipment. The PARCS equipment includes pay -on -foot kiosks, ticket spitters and gate control upon entry as well as ticket payment verifiers (plus cash/credit card ability) at the exit plazas. The PARCS design is compatible and can be upgraded to allow Sunpass access and payment as well. DESMAN is also providing bid and design assistance to the D/B contractor and construction administration services for the Port. ,,,A H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 94 DocuSign Envelope ID: 4A06ACD9-68A8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 MARCO A. BURGOS PE I LEED AP Senior Engineer PERSONNEL PROFILE I,; 7�1 2 AS Mr. Burgos b ings hi knowled o f mecha cal , f u cy Spa d E d p v b ty t m p i t c ud c p v m c , p d m mu -f m y d p y. H w k cud d dp m y ud ,c mm do fc A c f d ym P f d o dP E b p vd p v d v w d ub c mp xp b m Education Northwestern University -Evanston IL Commissioning Experience Bachelor of Science, Mechanical Mr. Burgos provides high-level engineering experience to the SEQUIL team. He uses his past Engineering experience as an energy engineer to review energy models and manage the commissioning process for new and existing buildings. Having managed the design and permitting of numerous technical buildings, he can effectively work with the design team in optimizing the initial design. Mr. Burgos' Registrations experience as a shift engineer allows him to use real world knowledge of the workings of Professional Engineer — Florida sophisticated energy systems, which gives him technical insight when troubleshooting. He has LEED Accredited Professional experience preparing building energy models for LEED and Epact tax deduction assessments. S Ac R C d Aq C , S . P bu , FL...... Certified LEED Gold Professional Affiliations This facility combines a community center with an aquatic facility for the St. Petersburg US Green Building Council community. The interior spaces offer a variety of opportunities for the community, from a ASHRAE fitness/gymnasium, teen center, meeting areas, to office spaces. Outdoor areas include new and Association of Energy Engineers existing playgrounds and ball courts, a new aquatic center with the necessary facilities. Sequil Affiliation C y f D R c C D , FL Certified LEED Silver Since 2010 A recreational facility dedicated to the community. Offers an interior gymnasium, meeting and congregation spaces, outdoor play areas and courts, and an athle i field. Corporate Background MSC Terminal, Port Miami Pursuing LEED Silver Th s wor -c a , $414 m u to nab g fac ty w acc mm at up t 36 000 pa ng Boland, Gaithersburg MD m y p ay, a w a m f t m t nv nm nta y ff c nt p an f atu n w Energy Engineer t c n gy t upp t fa t an m ff c nt mba k an mba kat n p t c . Victory Energy Solutions, New Britain, CT Energy Engineer, Commercial Division No weg n C u s T mi al, P t Miami Pursuing LEED Gold Burman Investments, Inc., Miami FL T n w" " f M N C L ' T m na B f n ng t an cap f Project Manager, LEED Administrator M am' ky n . A 189,300SF, the terminal accommod s ship of up to 5,000 asseng r . I featu es new technology to su o t faste and o e efficient e b k and dise ba kation ocesses as well as ex secu ity sc eening and luggage check -in. Presentations/Recognition Energy Summit 2011 — Presented by the Royal Caribbe n Cruise L n T m I A, Po tM m F d Certified LEED Silver Hartford Business Journal, Industry Panel A iconic 17 SF state-of-the-ar facili y w s d ign d and bu I to x th xp r c to on the return on investment and building app ox m y 2 m on pa ng . F atu ng th at t oo ng and v t at g . T energy efficiency for whole building bu d ng u nt n op at on. LEED t f at on p nd ng. SEQUIL p ov d ng th n g energy retrofits. mod ng, bu d ng omm on ng, and onda EED a tan to ma n on u tant. Th fa t a o p ov d an aux a pa k ga ag t o to . Florida Turnpike Se v c Plaz s, Mu t p th o gh Florida Certified LEED Silver and Gold Designed to greet rav I s wi h an op , na u I F d- n p r gn w h h u of na ura ay an u a nab m , h p az nc mu p foo an m rchan ng op on r room fac an obby ar a . T ar bu an op ra o ach v 20% n rgy r uc on. Phillip & Pair c F ost Museum of Sc en , M am , FL Certified LEED Gold $300 m on 25 q foo c nc mu um on h B Bay wa rfron . P j nc u a 6 -gallon aqu rium and exhib ts, a pl et r um and a w v y of n gy and nv on n a a n ng c S. 111A0 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 95 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 PERSONNEL PROFILE MAURICIO TORO LEED GA BD&C Mechanical Engineer, Project Manager, Sustainability Services Mr. Toro is the Senio Susta nab I y a d P f m c P j c Ma ag f G Bu Id g a y ff y p i a h p ma a ff y w h S a ab y S v group. He has daily cant ct with wners nd des gn e m , pr v c mpre ens ve rev ews f pr j -spec f c sus n b I y g s. He curren w rk c se w e P m n n nd upd a SEQUIL' m n gemen pr gr m. M T w rks d rec w e Sen r Pr jec M n gers deve p nn v ve res ence s r eg es spec f c ge gr p c c o f r pr jec s. M ur c spec z n renew b e energ s s ems, e ec r c , nd erm s s ems. In dd n s ex n e c ns ruc n ndus r, M ur c s e c er nd ec urer f R Use IF Energ , f r sever pres g us un vers es n C Education Sustainability Consulting Experience Universidad Pontif c a Bol v r Mauricio is respon ible for of I ading a d coordi at g effort fo II p j c Mech I E gineering, 2004 m g m f LEED, FGBC, SITES, Parksm t, and E vi io pr jec and. H lead h f r n he advance en and devel p en f Plu b ® pr gra anage en and Aeereditations c n ng pla f r anage pr jec n real- a fr de gn hr ugh LEED GA, BD + C w . A M deeply a bedded n he anage en f he cer f ca n FG CD s at d Profe ion I pr ce he ha devel ped echn q and nl ne pla f r wh ch help he ea F w Amb ax z eff c ency w h n he PM pr ce . H c un ca n k II help a n a n he Professional Affiliations cer f ca n pr ce f r pr jec n rack wh le keep ng ea and wner of r ed. Maur c help he ea devel p nn va ve u a nab I y and re I ence ra eg e US Green Bu ouncil pec f c ge graph c I ca n f r pr jec olomb ouncil for S on ruc ion S re A Recre n Cen er nd Aq Cen er, S . Pe ersburg, FL...... Certified LEED Gold T f cili y com ine communi y cen er wi h n q f cili y for he S . Pe er urg Sequil Affiliation communi y. The in erior p ce offer v of oppor uni ie for he communi y, from Since 2019 fi ne / een cen er, mee ing re , o office p ce . O re inclu a new n ex pi ygroun n II tour , new qu is cen er wi h he nece ryf cili ie . Awards/Recognition 11 y fficiency Progr m in olom i ", C f D Recre n Cen er, D r , FL Certified LEED Silver W Su in le nergy D y , Wel , A recre ion I f cili y e is e o he communi y. Offer n in eriorgymn ium, mee ing n A 2009. congreg ion p ce , ou oor pl y re n tour , n n We is fiel . fficiency n e p in he u e of ,h energy". UR n R TI emin r - Surfs de 96 S ree P rk, T wn f Surfs de, FL Pursuing LEED/SITES Gold gy A 3 000 SF communi y cen er eing a igne roun he concep of well eing. The f cili y will Me elli Mini ryof Mine n PM, flui ly connec he ou oor wi h he in oor , offering v rie y of p ce for he communi y n 2008 "In u ri I nergy An ly i of he A urra heir pr c is I connec ion wi h n ure n he urroun ing , inclu ing cce o w er par V " III In ern ion I ongre UR C ns P rk G M mill FL Certified LEED Gold Me ellin, UN U eA, UPB, 2008 A 516 public car garage with comme I, t , nd mu t us sp c s on th g ound f th t p ov S v c s to th nt M B commun ty s w s th is commun ty. T f c ty so ch v d S P k c t f c ton. University of Miam Lakes d V II g , M m , FL Certified LEED Gold 12-Ac mu t -bu d ng stud nt s d nt nd stud nt s v c s f c ty. Th bu d ngs, n dd t on to stud nt s d nc s, off sp c s d d c t d to w n ss, f to ss, ts, stud nt g th ngs. L n t v g d ns su ound th bu d ng, g n oofs ov ch of th bu d ngs cont but tow ds duct on of h t s nd ff ct, mp ov n gy ff c ncy, nd ov occup nt nd s t w n ss. Norw g n C uise T rm nal, Po t Mi i Certified LEED Gold At 189 300SF th t m n ccommod t s sh ps of up to 5 000 p ss ng s. I f to s n w t chno ogy to suppo t f st nd mo ff c nt mb k t on nd d s mb k t on p oc ss s, s w s x s cu ty sc n ng nd ugg g ch ck- n. R y C ibb C uise Li a Te i A P Mi IF id Pursuing LEED Gold An con c 17 F f c ty w s d s gn d nd bu t to xt nd th xp nc to pp ox m t y 2 m on p ss ng s. F to ng th t st coo ng nd v nt t on st t g s. Th bu d ng s cu nt y n op t on. LEED NC nd LEED Z c t f c t ons p nd ng. Th f c ty w p ov d nough so n w b n gy to supp y 1 % of is op t on n gy n ds. EQUI s p ov d ng th n gy mod ng, bu d ng Comm ss on ng, nd s cond y LEED ss st nc to m n consu t nt. Th s f c ty so p ov d s n ux y p k ng g g st uctu SEQUIL Systems Inc. zWANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET) 96 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 94 JESSE E. PETERS Mechanical Engineer Commissioning Agent PERSONNEL PROFILE With a degree in Mechanical E gi eeri g and experie ce as an HVAC tech c , Mr. P t s b gs a u qu comb o of hands-on exp ri c and to hn al k wl dg F m ana n a to t-and-ba an e d v to ont but n on MEP de n and ead n the o on n e v e , M . Pete on t u t on ba k ound ve at a and we ounded. H ha wo ked on P of that n ude edu at on, hea th a e, ho p to ty and h h-end a dent a . A an ex o on n a ent, h wo k n ude ev ew of on t u t on d aw n , ub tta and to t epo t , pe fo n to v t and n to at on ve f at on , fa tat n o on n eet n and to t n MEP y to onf pe fo an a and y to me at on. Education University of Colorado, Denver Commissioning Experience Bachelor of Science, Mechanical M. P rs m g ommi i i g p f wand existing build gs. H v worke o Enginee ing um r c mm p j ct , h wo k to ly w h h p of a o p ov a ollabo a v, o pl a y app oa h o o 0 . H wo k ff w how h p, Certification a o a a oh Ip Iv 0 ff I bu I H xp CxA—C mmissi ningAuth ity ov v ually all I of h p of lu L o of , u y,D W y AABC Commissioning Group pow , HVAC a h bu I au o a o y (BAS) 2018 Shore Acres R c ational C nt a d Aqu i C S . P sbu g, FL...... Certified LEED Gold Sequil Affiliation T fa I y o b a o u y w h a aq fa I y to h 5. P Ma ch 2019 o u y. Th o pa off a va y of oppo u to h o u y, f o a f / a a, o off pa .0 a s lu w a Technical Experience x play ou a ball ou , a w aqua w h h a y fa I . T ane T ace C y of D ral Rec a tion Cente , Do , FL Certified LEED Silver Aut CAD a o al fa l y a o h o u y. Off a o y a u a R vit 0 a o pa , ou oo playa a s ou , a a s hl f I Cx Ally Su fs d 96`" St eet P k T w of Su f i e, FL Pursuing LEED/SITES Gold P oje t P atfo 3 000 SF o u y b a ou h o p of w Ilb . Th fa l y w II Blu b Blu b am flu ly o h ou oo w h h oo , off a va y of pa to h o u y a id Plah pa al o o w h a u a h u ou lu a o wa po P c E-build Co in P k G g M m B h FL Certified LEED Gold S16 publ a a a w h o al, a I, a ul u pa o In ou floo ha BAS P atfo p ov v o h M B a h o u y, a w II a h a 0 u y. Th fa I y M tasys - ICI al o a h v a 5 Iv Pa k a f a o Niaga a T ac Summit - Tr n U v of Mi mi L v Mi mi, FL Certified LEED Gold S tp int cyst ms 12- ul -bu I u a u v fa I y. Th bu I a o 0 Au m d L gi u ,off pa a ow II ,f a, u a h Lu h a v a u ou h bu I oof ov a h of h bu 1 o bu owa u o of h a la ff , p ov y ff y, a ov all o upa a w 11 . N w C ul a Te min , Po t Mi mi Certified LEED Gold 189300 F h ala o o a hp ofup o5000pa .I f au w h olo y o uppo fa a o ff ba ka o a ba ka o p o a w II a xp u y a lu a h k- Roy C ibbe n C ui a Line Te min A, Po tMi mi F o i Pursuing LEED Gold 0 17 SF fa I y wa a bu l o x h xp o app ox a ly 2 II o pa . F a u h la ool a v la o a Th bu I u ly op a o. LEED NC a LEE Z f a o p Th fa I y w 11 p ov ou h ola wabl y o upply1 %of op a o al y SEQUI p ov h y o I , bu 1 0 0 , a o a y LEE a a o a o ul a. Th fa I y al opov a auxIaypak as u u . SEQUIL Systems Inc. ILIA2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 97 DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADDS-F491B51B8544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE & QUALIFICATIONS Norwegian Cruise Line Terminal B Port Miami 61 Location: SEQUIL Systems together with the team of the NCL Terminal B project at Miami, FL PortMiami successfully applied strategies that successfully reduced the Global Warming Potential (GWP) of the structure by 7% and approximately 8% savings Schedule: in Stratospheric Ozone Depletion and Eutrophication. This was demonstrated Certification December 2021 through a Life Cycle Analysis finalized at the end of construction. Some of those strategies included applying an integrative approach to the selection of Design Fee: construction materials. The team analyzed the efficiency of materials such LEED Scope $95,638 as concrete for the site and the potential environmental impact of different types of concrete. As a result, the structure of the building included the use Client: of slag cement to reduce environmental impacts. This product replaced the Caridad Sola highly energy -intensive Portland cement. Additionally, selection of hardscape csola@ncicorp.com materials that reduced contribution to the Heat Island Effect was a priority. This NCL Holdings Ltd. integrative materials selection process was applied to all materials installed as 7665 Corporate Center Dr part of the structure and interior of the building. Miami FL 33126 786.534.0119 Due to its proximity to the Biscayne Bay, the terminal's stormwater strategies were a priority for the project. This included management of rainwater under extreme events and filtration prior to discharge to the bay. Located within the Biscayne Bay Aquatic Pre -serve, an area designated by the State of Florida for special environmental protection, the Port of Miami is a man-made land structure formed through beneficial land reuse of three spoil is -lands. The Port also provides for a coral relocation site along the northeast corner of the port boundary to assist in mitigation tied to port sustainable development projects. The development of NCL's Terminal B was tied to stringent regulations programs aimed to protect the estuarine and marine habitats. �`SEQUIL. /,/A 11 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 98 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE & QUALIFICATIONS 6 Shore Acres Recreational Center Location: St. Petersburg, FL Schedule: Certification December 2022 Completed July 2022 Design Fee: LEED Scope $74,750 In the heart of the neighborhood is Shore Acres Recreation Center a fully fitted aquatic facility with one wade pool perfect for toddlers and a six lane pool, bathrooms and lockers, covered playground, half court basketball court, picnic shelter and a variety of programs for youth, teens and adults. The recreational center site was updated to improve the facilities, add a gymnasium, office and study spaces, add additional pool space, and other indoor/outdoor recreational spaces. SEQUIL Systems provided the LEED Program Management, Building Commissioning, and Energy Consulting services. LEED Gold Certification Client: Community Center multi -use City of St. Petersburg Aquatics Center Sharon Wright Fitness Center sharon.wright@stpete.org Study spaces P 727.551.3396 LEED stormwater management requirements Prime Architect: Wannemacher Jensen Architects, Inc. ' SEQUIL ILIAIM WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 99 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B5168544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE 3 QUALIFICATIONS Surfside Community Center I� savinanitter "' Atelierliley Location: This project is in the early stages of design; however, the SEQUIL team is helping Surfside, FL to put together a bidding package that includes specifications and criteria targeting the use of emissions and pollution derived from the use of traditional Schedule: building equipment, in particular these requirements will apply to all diesel Pending construction engines used during construction: Estimated 2024 • A policy to reduce diesel emissions from idling construction equipment. Design Fee: Implement a preventative maintenance plan for all equipment according to LEED/SITES Scope $108,595 engine manufacturer specifications. • Use ultra -low sulfur diesel fuel that meets American Society of Testing and Client: Materials (ASTM) specifications with sulfur less than or equal to 15 ppm for Savino Miller Design Studio all non -road diesel equipment. Barry Miller, Use no construction equipment with Tier 0 engines. barry@savinomiller.com, 50 percent of the total run-time hours of construction equipment are 305-895-908 compliant with Tier 2 or higher engines. The premise of this project is to create a place of natural beauty that reflects the Town of Surfside community and serves as a model for cultural enrichment, ecological stewardship, urban resilience and a place to play. With this mission in mind, and considering its proximity to the Indian Creek Lagune, the project is planning to carefully implement stormwater management strategies through the use of lush native landscaping, possibly incorporate rain gardens and retention areas, with the purpose to minimize pollution into the Lagune. 11 , SEQUIL TOM U WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 100 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Profession Lighting Designer Interior Architect Current position Associate I Lighting Lead Joined Arup 2013 Years of experience 11 Qualifications BFA, Interior Architecture and Furniture Design, Konstfack University College of Arts, Crafts and Design, 2010 Imperial College Business School Executive Education, Business Economics Programme, 2019 Electronics Specialist, Swiss Federal VET Diploma, 2004 Professional Associations IALD: International Association of Lighting Designers Talks Lightfair 2015: A Roadmap for Illumination, Placemaking and Community -Building AIA 2016: A Matter of Control, 2151 Century Controls Systems IALD 2017: Game day! An immersive sporting experience NeighborhoodStat 2019: Organizing for Change and Placekeeping" Lightfair 2019: Dilworth Park IALD 2019: Lighting for Mass Transit ARUP Christoph Gisel Christoph has tuned his abilities for spatial visualization. His creative explorations and willingness to take on challenges have evolved unique design solutions for each project. Christoph is the leader of the Americas south lighting team and an Associate based in the Austin office. Being a member of Arup since 2013, he has gathered experience collaborating with lighting design teams across the globe, including with Arup's New York and Berlin offices. Christoph's focuses on the creation of inviting and inspiring environments. His professional passions include lighting for city infrastructure such as parks, roads and bridges and airports. As a lighting designer who values public spaces as a place for social gathering, he is a trusted source for human -centric and community -based design knowledge and technical lighting expertise. Through working with artists, Christoph continues his contributions to the art scene, inspiring him in his interactive and dynamic work. Project experience St Petersburg Pier Approach, FL Lighting design for new waterfront park, leading to reconstructed pier in St. Petersburg's bay. Due to high flood risks the design includes resilient solutions for the future to come. International African American, Charleston, NC Lighting design for new museum of national importance and its surrounding site. Design by PCF in collaboration with Moody Nolan and Hood Design Global Redesign for Disney Stores Arup developed a new lighting design standard for Disney Stores around the world. Variations based on the standard are being implemented. Cummins HQ Park, Columbus, IN Exterior lighting design of park and campus facilities as part of Renovation of office spaces for Cummins Headquarters in. The renovation will include a new lower level conference center. Awards 2016 AL Design Awards: MGM Tower Fifth, New York, NY Park - Shade Structures Design lead for interior and exterior lighting design of new commercial highrise 2019 Lumen Award of Merit: Janet tower in Midtown. Lighting acts as an intuitive wayfinding element, guiding Echelman's Pulse at Dilworth Park people on their journey through the Tower. Balanced interior and exterior illumination allows for undisrupted views of the city for those whom observe from within, while those observing the exterior admire the Tower's inner glow. arup.com VITA a WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 101 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE 8 QUALIFICATIONS PROPOSER'S TEAM DFW I Terminal F Phase 1, Dallas, TX Design and engineering of new terminal connection building with new gates, lounges and amenities. Daylight design for facade, Electrical lighting and control system design and apron lighting. IAH I Mickey Leland International Terminal, Houston, TX Lighting design and project coordination for the electrical lighting, daylighting and lighting control system for replacement of Terminal D at George Bush Intercontinental Airport. Ford Dearborn Masterplan, MI The Ford Motor Company is transforming its more than 60-year-old Dearborn Research and Engineering facilities into a modern, green, and high-tech campus. We provided an exterior lighting and public art lighting masterplan with Snehetta's design team. Union Square District Masterplan, New York, NY Existing conditions analysis and nighttime vulnerability assessment, overlaying technical measurements and community feedback. The masterplan design addresses the input by various stakeholder on a city, partnership stakeholders, community boards and public design commission, with a focus on functionally, maintainability, safety and nighttime navigability. Northwest Community Park & Frisco on the Green, TX Lighting design for new neighborhood park and natural preserve, including sustainable solutions such as dark sky compliancy, reduction of impact to nocturnal species. Activity types include bike trails, splash fountains, nature trails and event spaces. Brooklyn Bridge Park, BBP Brooklyn, NY On -call design services for BBP, including full design of Emily Roebling plaza, Pier 5 LED upgraded and shed lighting replacement and Pier 1 changes due to tree coverage. New Stapleton Waterfront, Staten Island, NY New York City waterfront park lighting design, working with Parks Department and DOT to allow for comfort and simple maintenance. MGM Park, Las Vegas, NV Lighting design for shade structures in first public park for MGM along the Las Vegas strip - first public park in this area. Janet Echelman "Bending Arc" St Petersburg, FL Design of lighting system, working with artist on large scale public art installation at park, also designed by our design team, Ellsworth Kelly Art Repository, Austin, TX New exhibition repository at the Blanton Museum. Renamed Austin by Ellsworth Kelly. The 2,715-square-foot stone building was designed with colored glass windows, a totemic wood sculpture, and fourteen marble black - and -white stone panels. Designer: Ellsworth Kelly arup.com Page 2 of 2 VITA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 102 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM Perez Art Museum Miami, Museum Park, t+ L Client Miami Art Museum Paratus Group Key collaborators Herzog & de Meuron Handel Architects Key facts 125,000ft2 new facility Adjacent to the new Miami Science Museum $220m construction cost LEED Gold certification Key services provided Structural, mechanical, and electrical engineering Fire/life safety consulting IT and communications consulting LEED consulting Lighting design The museum's long -span column -free gallery spaces have been designed to resist hurricane loads while maintaining the aesthetic architectural concrete. The new Miami Art Museum is the anchor of the 29-acre Museum Park, a redeveloped downtown waterfront that, when complete, will provide a vibrant mix of green space and cultural offerings. Set on a raised podium and under a broad canopy, the museum includes Class I fine art gallery space, a museum shop, bistro, auditorium, and additional visitor facilities. The building represents materials manipulation at its finest, with architectural and structural concrete melding to form a plastic union of textural expression. The overhead canopy forms a dramatic capstone to the building, providing shading from even the punishing winter sun while tempering the natural daylighting in the interior galleries. Vertical hanging gardens and lush landscaping provide an exterior articulation of life from an otherwise imposing facade. www.arup.com ARUP ,,,AKTJ wANNEMACHERJENSENARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 103 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE A QUALIFICATIONS PROPOSER'S TEAM ARUP St Pete Pier Approach St. Petersburg, FL Landscape Architect The greater context of St. Petersburg, a culture -filled W Architecture & Landscape Architecture precinct, is arranged as a water color abstraction of recurring warm white and amber colored lighting. Architect Wannemacher Jensen Architects The tidal relationship between solar/lunar energy, and bodies of water, is a Project owner universal effect. Floridians are notably aware of the ever-present push-pull City of St. Petersburg, FL. that affects their lives. Here, we share an underlying concept with residents Key facts and visitors through subliminal gestures: the color temperature of light. Resiliency played a key aspect in Juxtaposing illuminated elements with contrasting associations of light and lighting design and fixture selection shadow create a unique expression after dark and defining the use of space. Key services provided The pier approach consists of a public park leading to the new Pier and Lighting design includes access roads and parking. Pedestrian elements such as market structures, catenary lighting through palm groves and accentuation of landscape features, create a sense of space and welcomeness at night. A site specific floating art piece by Janet Echelman and illuminated at night invites to rest and reflect. Echelman named the piece Bending Arc and incorporated multiple arcing forms because the site played an important role in the movement for civil rights. Arup conceived the lighting design and color strategies together with the Artist and oversaw commissioning on site. www.arup.com TOM 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 104 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 'niiv dR I B U.S.COST Marcelo Salazar Project Manager / Senior Cost Estimator Summary of Qualifications Education & Marcelo Salazar has over 12 years of experience providing cost estimating and Certification project management services specifically in Southern Florida. His project experience ■ MS, Engineering includes municipal, recreational, higher education, hospitals / laboratories, and Technology convention centers, museums, roadway improvements and aviation. Management Sample experience City of Miami Beach Convention Center, Miami Beach, FL. Marcelo assisted the team in providing cost estimating services to establish realistic budgets and to reconcile with the 'Al. - Construction Manager at Risk. He assisted with ■ri�■r._- . ,� — review of initial project budget; cost alternative estimates; 30% cost estimate for validation of the CMR estimate; 60% cost estimate for negotiation / reconciliation support of the GMP Contract; change order review and negotiation support for change proposals more than $76M. 580,000SF. $620M. ■ BS, Industrial Engineering ■ Trained: iTWO, Success, 5D BIM Solution, Primavera, Pertmaster Schedule Risk Analysis, Timberline Estimating, On Screen Take -Off Additional Projects: Sabrina Cohen Foundation Adaptive Recreation Center, City of Miami Beach, FL. Deering Estate Senior Cost Estimator. Cost estimating services for the Schematic Design phase Courtyard submittal for the City of Miami Beach. Estimate included demo of an existing Improvements, parking lot being used for Fire Station #3, and construction of a new 4-story building Miami with a roof deck pool. Sitework 24010SF. Building 16565SF. Ives Estate Park, Miami, FL. Conceptual cost estimate based on the interpretation of the schematic drawings for Ives Estates Park. Consists of a new 3,550GSF LEED Silver fieldhouse building, three lighted and irrigated natural turf soccer fields, chain link fence with gates, bleachers with shade canopies, asphalt pedestrian path, lighted parking lots, maintenance road, landscaping and irrigation, and storm sewer collection system. $17.3M. Miami -Dade College, Owner's Representative Program Controls Support, Miami, FL. Senior Cost Estimator. Providing off -site services to the Miami -Dade College system encompassing all eight campuses. Includes Estimating, scheduling and project management support for capital facility programs including remodeling, renovations and additions. Detailed services include Facility Condition Assessments, Life Cycle Cost Analysis, Conceptual and Detailed cost estimating, GMP Analysis and negotiations and high-level summary reports. Marcelo Salazar ■ Tobie Wilson Park Pool Design, Medley, FL ■ Tobie Wilson Park Master Plan, Medley, FL ■ Neighborhood No. 5 / La Gorce Right of Way Infrastructure Improvement, City of Miami Beach, FL ILIAON WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 105 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 01� RIB U.S. COST Leigh Shaw, CCP, LEED AP BD+C Senior Cost Estimator Summary of Qualifications Leigh Shaw has 13 years of experience providing construction cost control services. She is currently a Senior Cost Estimator with RIB U.S.COST, responsible for architectural and structural discipline cost estimates. She has also served as project manager in various projects. Leigh is also responsible for the preparation of detailed quantity take -offs; labor, material, and equipment pricing; and summarizing cost estimates for projects of all types. She serves various clients in a broad range of industry, namely in aviation, healthcare, military, civic, and government. Sample Experience Sabrina Cohen Foundation Adaptive Recreation Center, Miami Beach, FL. Cost estimating services for the Schematic Design phase submittal for the City of Miami Beach. Estimate included demo of an existing parking lot being used for Fire Station #3, and construction of a new 4-story building with a roof deck pool. Sitework 24,010SF. Building 16,565SF. $11.7M. Ives Estates Park Improvements, Miami FL. Conceptual cost estimate based on the interpretation of the schematic drawings for Ives Estates Park. Consists of a new 3,550SF LEED Silver fieldhouse building, three lighted and irrigated natural turf soccer fields, chain link fence with gates, bleachers with shade canopies, asphalt pedestrian path, lighted parking lots, maintenance road, landscaping and irrigation, and storm sewer collection system. $17.3M. Optimist Park Redevelopment, City of Miami Lakes, FL. Cost estimating services for this Redevelopment which included a new 5,000SF multi -purpose building with concessions and restrooms, five (5) baseball fields (375,788SF total), 8,510SF Airnasium, new basketball courts, expansion of an existing parking lot, new landscaping and many site improvements including trails, walkways, fencing exercise stations, benches and more. Estimate included site improvements, site utilities, demolition, earthwork and landscaping. 14,750SF. $17.4M. Hollywood Streetscapes - Undergrounding of Overhead Utilities & Streetscape Beautification, City of Hollywood FL. Leigh provided QA/QC and cost estimating services for an Order of Magnitude submittal along with an O&M cost estimate for the City of Hollywood Community Redevelopment Agency. $13.9M. Leigh Shaw, CCP, LEED AP BD+C Education & Certification ■ MS, Construction Management ■ BS, Building Science ■ Certified Cost Professional #04949, 8/26/2020, Exp 8/26/2023; AACEi ID 32848 ■ LEED AP Building Design + Construction, 9/1/2010 ■ Trained: iTWO, On Screen Take -Off, , Success Estimating Software, MII, Navisworks Additional Projects: ■ Future Community Park, Bayshore Park, Miami Beach ■ West End Park, City of Miami ■ Maruice Gribb Memorial Park, Miami Beach, FL 11Page ILIA 0 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I 106 DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM I1� RIBU.S.COST Company Overview RIB U.S.COST is recognized as a leading cost management and project controls firm, assisting our clients with program management, cost estimating, value engineering and scheduling since 1983. RIB U.S.COST serves corporate owners, government agencies, program managers, architects, engineers, contractors and others in the construction industry. RIB U.S.COST's clients — architects, engineers, contractors, government agencies, utilities and Fortune 500 companies, rely on construction cost management information that is accurate, up to date and easy to access. RIB U.S.COST continuously perfects construction cost management professionals — supplying them with the technology / resources necessary to give clients reliable cost information. Cost consulting and management is all about value. As a leader in providing cost consulting services, RIB U.S.COST will assist in managing the cost of your project and stay within budget. Schedule controls assure that each job is delivered on time and provide the software tools, which support cost management and project control professionals — to do their jobs most efficiently. In all cases, the RIB U.S.COST Team acts as technical extension for the client "in house" resources. South Florida Experience RIB U.S.COST has a successful portfolio of estimating services for South Florida projects of all types. RIB U.S.COST's experience with in South Florida includes cost estimating, scheduling, program management, project controls and value engineering studies. They currently have several contracts to provide ongoing cost estimating services in South Florida. FL Sample Projects • Kissimmee River Restoration, Orlando • Constructability, Cost and Value Engineering Review Services, City of Miami Beach • Miami International Airport, Capital Improvement Program • Fort Lauderdale International Airport New South Runway • Orlando International Airport, South Airport APM Complex • Rosenstiel School of Marine & Atmospheric Science, Marine Technology & Life Sciences Seawater Complex, University of Miami • Crimson Tower Condominium, Miami FL Sample Park/Relevant Projects • Truman Waterfront Park, Key West • Sullivan Park Expansion, Deerfield Park • City of Deerfield Beach, Sullivan Park City of Doral Triangle Park • City of Miami Springs Aquatic Facility • City of Miami Springs Senior Center • Rakow Youth Center Ice Rink Repairs • Town of Medley, Tobie Wilson Park Constructability, Cost and Value Engineering Review Services, City of Miami Beach, Florida RIB U.S.COST was awarded this Prime contract to assist the city to more precisely identify capital budget requirements. Accurately identifying the monetary requirements for construction allows the City to forecast the monies required prior to issuance of any necessary construction bonds and/or capital budget requirements. ILIAD WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 107 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM RIB U.S.COST provided various cost control services during various phases of projects including: • provide detailed quantity take off of materials required to complete various projects in accordance with Technical Specifications and design documents • provide detailed estimates of labor and material costs in an Excel spreadsheet format showing unit prices, based on past comparable unit costs specifically associated with the South Florida Market • provide detailed constructability review with recommendations for alternate means and methods of construction activities, value engineering, scheduling and construction sequencing that will potentially reduce costs of the project • provide a cost comparison to a recognized construction cost estimating service adjusted for South Florida construction. (RS Means or equivalent) • estimates are contained in a single spreadsheet showing cost comparisons individually tabulated • identify any comparable projects including completion dates that were used to develop the construction cost estimate • support City Staff and participate in the value engineering reviews with contractor • support City Staff in the bidding and award phase of projects. City of Miami Beach Convention Center Renovation, Miami Beach, FL The Miami Beach Convention Center is home to acclaimed events such as Art Basel and the Boat Show. The scope of the project consists of the expansion and renovation of the space, including adding a new 60,000 SF ballroom and 127,000 SF of meeting spaces. Over six acres of parking lot is transformed into green space, which includes a public park, tropical garden, game lawn, veteran's plaza, and water feature. From the architects regarding design: "The renovation concepts are inspired by sleek modern designs incorporating natural elements of the ocean, beach, and underwater life. Waves, manta rays, and coral reefs were studied as part of the design process. The exterior building envelope is designed with linear forms that create a curvilinear undulation inspired by ocean waves. The facade has hurricane resistant connections that can hold up against large storms. It is also built for the future utilizing steel construction with composite metal decks for raised floors in the case of rising sea levels. The smooth interior design finishes emulate receding water, sea foam, and patterns relating to varying types of local coral reef." The project is also pursuing the U.S. Green Building Council's LEED Silver certification. VITA H WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 108 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 Wannemacher Jensen Architects, Inc. Architectural Design Jason Jensen, AIA, LEED AP Principal -in -Charge Natalia Livian, AIA, LEED AP BD+C Project Manager pen Deti.nik, Gde,nn iJk I. Bvwn, a�etW STATE OF FLORIDA db r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARI-HITECT HEREIN IS LICENSED UNDER THE PROVISIONS QFCH l,f 43TATUTES JENSEN, JASON WAYNE WANNEMACHER IENSEN ARCHITECTS, INC. 3992 42ND AVE S ST. PETERSBURG FL 33711 CLICENSE NUMBER AR94244 EXPIRATION DATE FEBRUARY 28, 2023 Always verify licenses,nine at MyFlond,U—se.com o. o Do not after this document in any form. Cln This is your .—..I is unlawful for anyone other than the ficensee to use this document. pao�s.n.. .., Il.keyp�rs.seowa.r STATE OF FLORIDA df5r IODEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE AR(. HITE CT HEREIN IS Lit ENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES LIVIAN, NATALIA VIRGINIA 27544 SW 1401 HAVE HOMESTEAD FL 33032 LICENSE NUMBER: AR976144 EXPIRATION DATE: FEBRUARY 2%2023 Always verify licenses online at MyFloddaticeme.com 0 ❑ Do not alter this document in any form. 0 This is your license. R is unlawful for anyone other flan the rcensee to use this document. VIVAIWANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 109 DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 Wolfberg Alvarez and Partners Architect of Record Marcel Morlote Principal -in -Charge Rafael Labrada Project Manager Aris Garcia Project Architect �n Meaxe s Faerm, sK.aa•y STATEFLORIDA *DEP�ART�MEN'T db r OF BUSINESS AND PROFESSIONAL PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE INTERIOR DESIGNER HEREIN IS REGISTERED UNDER THE PROVISIONS OF CHAPTER 48,1. F�+LORIDA STATUTES �_.& � r MAftCEL"R -� 6804 S.W. 82ND COURT MIAMI FL 33143 LICENSE NUMBER: ID0003655 EXPIRATION DATE: FEBRUARY 28,2025 Alwm verity licenses online ac MyFlorMaUcensecom Do not alter this document in any form O1. _ This is row licerse. It is unlawful for anyone other than the licensee to use this document. STATE OF FLORIDA db r DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE ARCHITECT HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES LABRADA,RAFAEL 8230 NW 172ND ST HIALE.AH FL 33015 LICENSE NUMBER: AR92404 EXPIRATIONDATE: FEBRUARY28,2025 Always -Wy licenses aline at MyFl-d,Lic- -,n 0 Do not alter this document in any fern 0 This is yow license. It is unlawful for anyone other than the licensee to use this document. DeSanrN, GOMror n. �„i� r„aM1risnii rary 0Rm dbpr, STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN THE INTERIOR DESIGNER HEREIN IS REGISI FRED UNOI R I HE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES al. GARCIA, ARISTIDES 6135 LA GORGE DR MIAMI BEACH FL 33140 LICENSE NUMBER: IDOOG3665 = EXPIRATION DATE: FEBRUARY28,2025 Always verity licenses -line at M,H.0 aU—se.can o, _ IIN Do not alter this document in any form. I1h This is your license. It is unlawful for anyone other than the licensee to use this document. WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 110 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 DDA Engineers, PA Structural Engineer Aida Albaisa, PE Partner, Structural Engineer Ernesto Wong, PE Partner, Structural Engineer State of Florida Woman & Minority Certified Business Wn 4in'aISC or McWkS. GIttIn.SeneWy FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSE I) UNOI: P FHE PROVISIONS OF CHAPTER 471, FLORIDA STATUTE S SPECIAL INSPECTOR NUMBER: 1073 ALBAISA, AIDA MARIA 4930 SW 14 COURT MIAMI FL 33155 F, C, UCENSE NUMBER PE45130 EXPIRATIONDATE FEBRUARY2%2025 Ahvays verity r«ram mdlne,t MyFlodd,Llcense.ean oho Do not otter this document in anv fvm TNs is roDr nseme. a is onlayAul ror anvone other man me utensee m use tlds doaanenL O�'�i Ron Desanrl.. Gnvema. FF PF STATE OF FLORIDA� BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES SPECIAL INSPECTOR NUMBER: 0692 WONG, ERNESTO G. 4930 SW 74 COURT MIAMI FL 33155 r LICENSE NUMBER: PE38875 EXPIRATION DATEFEBRUARY 28. 2023 Always verity licenses online at MyFloridalicense. corn ILI M I MOM Do not alter this document in any form LIII I This is your Ii—se. It is urdayAW for anyone other man the H—ee to use this document (Y&& g"-�& /,/A ,� WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET I i l l DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 SDM Consulting Engineers Electrical and Low Voltage Engineer Ernesto Aloma, PE Principal, Electrical Project Manager Hector Castillo, PE Principal, Senior Electrical Engineer State of Florida Woman & Minority Certified Business twoa.r►.t1.... FBF'l STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PRc•..... PRO : � _ , c CHAPTER 47c.-LORIC.•i ST. I ALOMA, ERNESTO 751 ':• ;: RE` :)RIVI ���: PEERB23 EXPIRATION DATE FEBRUARY 28, 2023 Ah.an .erM Iaernes a�+. x rarFb�w+Lc«ua•.com ❑ Do not abler Mis documMt in anY tOR11. tj. • „< n . .. .her mar, t� Iieruce to me ttK ao<,e.K.,t STATE OF FLORIDA BOARD OF PROF' i ESSIONAL ENGINEERS THE PROFESSIONAL ENEi1NEER UNDER THE CASTILLO, HECTOR 1. � :1 „> AVF "IP.1 :•,'.^ FL'r3G2Txkx� L LICENSE NUMBER. PEb� EXPIRATION DATE FEBRUARY 22. 2023 W.m .e•M r<..mes oNir,t x M•IwiexKense.coT �^ Do Mt a1r0 INs do4utr1t11t n dny bnel ';�..`Int. Its %M n your pceme. q n,WwvhJ to mono W her IM tM 4emee to u+e thn dc<ummt d&& g"W& Minority Business Certification SDM Consulting Engineers Inc I. "iRed under th. Pn W y!W%uI :tIC and LIM.167. Florida 9atutm fora pniA In- 1/0/ /133//2021 n 10/13/2023 Y:YYEEIE `r /,,A 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 112 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 KEITH Engineering, Inc. Civil Engineer Mark Castano, PE Director of Civil Engineering Ena Gonzalez, PE Transportation Project Manager Ron ���sanis Cmn„�. STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HE REIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES CASTANO, MARK A :0 109 NW 95 STREET MIAMI SHORES FL 331,50 .D �-LICENSE NUMBER: PE75644 EXPIRATION DATE: FEBRUARV 28, 2023 Always yr ,fy licenses online .,t MyFl--L-ose.com Do oot Ater this document in any fmn. OE Ihls is your license. It is unlawf ul for any one oMn than the III -to use this document FBPE' FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471. FLORIDA STATUTES GONZALEZ, ENA CAMILA 4501 SW 9VTH COURT MIAMI FL 33165 LICENSE NUMBER: PE72358 EXPIRATION DATE: FEBRUARV 28.2023 Always verify licenses online at MyFloddkicense.cm ❑ Do not after this document in any form. . This is your license. It is unlawful for anyone other than the licensee to use this document. VITA ,MA WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 113 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 SEQUIL Systems LEED Consultant Marco A. Burgos, PE, LEED AP Senior Engineer Marco A. Burgos, PE, LEED AP Senior Engineer Mauricio Toro, LEED GA BD&C Mechanical Engineer, Project Manager, Sustainability Services a�n DaSant� �w,nnr FBPE STATE OF FLORIDA BOARD OF PROFESSIONAL ENGINEERS THE PROF F SSIONAL ENGINEER HEREIN IS LICENSED UNDI R THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES BURGOS, MARCO ANTONIO 760 WEST 50TH STREET MIAMI BEACH FL 33140 LICENSE NUMBER: PE74015 EXPIRATION DATE: FEBRUARY 28, 2023 Nways verily licenses oKne at MyFlondaLicense.com Ell Do not alter this document in any form. t This is M- .. your license. It is urilawful for anyone other than the licensee to use this document 0 Building Commissioning Professional (BCxP) ISSUED TO Marco Burgos a� a a BCxP i c1 IswM ow. W AN— I t."— on: 31 DEC 302i IswM ay ASHME ve,ti sno: uwww.pv.aamm.com�urDeanaw .Illitwel` building health for aIITM HEREBY RECOGNIZES Mauricio Toro as a Fitwel Ambassador MAY 22, 2020 F:twel is the p•ern- —t.t:cennn syste"n 1,' oPrimliina bwld:.,g design avid operations •o support health and well-being. F -el Ambassadors are well ve—d n the evitlence-based connettlon between design and heahh, and have a clear understanding of how to integrate the Fnwel Stmteyies into projects and portfolios. awe AwbriaCEq 4nwb.asw�pwp� IYwua�LOxngr,aydAw. c..a«a. ka..ony� VIVA STJ WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 114 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 EXPERIENCE & QUALIFICATIONS PROPOSER'S TEAM 3 SEQUIL Systems LEED Consultant Carolina Whitfield LEED AP Building Operations + Maintenance b, demons:: Ilin R. the An 111ed1z .ine .n . gc.n boi:dr,� ptact.. anal I���r �nlr 101afiA06A— N JUN 201A 11DEC2M3 I Carolina Whitfield LEED AP Building Operations + Maintenance 01 U.S. Green Building Council SEQUIL Systems, Inc. Member Since 05/12/2006 tMEgl S-GRELN *VKOING AUNCL h THE NAl1ON'E PORPMOST COAL]TION OF LEACERS WORItbaG TO tAANSWRM 14 WAY-BWLDINGS ANO CONNUNITIFS ARE DESIGNED: DIWILT 4WD OMR.TEO, ERAft1NGAV ENVMO"W.TALLV AND LOCALLY RESPONSHLE, N4A4iwv. AND..OSDEROU5 1-1 —CIES THE 1111A. t1V OIL" U.S. Green Buildiig Council SEQUIL Systems CERTIFICATE OF MEMBERSHIP 7h%s certificate confers Corporate Membership to SEQUIL Systems, Inc. In the 9udding Commissioning Association and a"e ,the AlembeT'.v--itment to the F-w,dal Attntvtes of Commis.ioning. Building Commissioning Association SEQUIL Systems TOMB WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 115 Ms ok tic*,44 ,,Itant. . el Qualificationsy - ,� � sir "�►.;.i�--�� �. -� -��''' - � ��''�' dam bao ..O DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS Counsilman-Hunsa er Aquatic Consultant af�is History Counsilman-Hunsaker was founded in 1970 as a collaboration between a world- famous swimming coach and one of his former athletes. Through his coaching career and extensive writings, James E. "Doc" Counsilman, Ph.D., revolutionized the swimming world through research and innovation, training numerous Olympic and National champions along the way. One was Joe Hunsaker, a former three - time National Champion and World Record holder. With Doc Counsilman serving primarily in a consulting role, Joe Hunsaker developed the firm into one of today's foremost authorities on design and operation of aquatic facilities. What Sets Us Apart For more than 50 years, Counsilman-Hunsaker has provided design and operational consulting for thousands of national and international aquatic projects of every size and complexity. Our portfolio includes newly designed and renovated pool projects for many market sectors: Parks & Recreation, Education, Hospitality and Wellness. Project types range from competition venues, leisure pools and waterparks to therapy pools and spas. In addition, we have completed hundreds of Facility Audits and Feasibility Studies for the development of new or existing facilities and, having studied a multitude of facilities, we will help you benchmark the creation of your new facility and complete your project efficiently. Counsilman-Hunsaker is made up of an integrated team of design professionals and operational specialists with unrivaled aquatic industry experience. Our team brings exceptional collaboration skills and new project designs for the delivery of a high -quality, innovative aquatic facility. Our operational specialists will not only help you prepare for a successful launch, but will serve as your guide in achieving long- term operational success. Full Circle Expertise Counsilman-Hunsaker offers a full circle of aquatic services from existing facility evaluation to comprehensive concept development; from project visioning through design, engineering and construction administration to business management and aquatic operations. These services are completely customized and configured in a variety of ways to precisely fit the needs, desires and objectives of the owner/ operator and the project team. YA13 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 117 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491851B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS 4 FORT LAUDERDALE AQUATIC CENTER FORT LAUDERDALE, FL - USA In August 2018, Counsilman-Hunsaker, was chosen as the design -build team to begin preparing construction documents for a redesigned aquatic sports venue. The facility broke ground in April 2019 and was completed and reopened to the public in September 2022. The newly renovated facility includes two new pools and a spa, in addition to the existing 50-meter training pool. The new pools include a 50-meter competition pool with two six-foot wide bulkheads and a 25-meter dive pool with a 27-meter dive tower, the first of its kind in the western hemisphere. The competition and dive pool were designed to be FINA-compliant, allowing it to host large international competitions. The current 50-meter pool, used for training purposes, was fully renovated. A new mechanical building houses new filtration systems, pumps, and chlorination systems that serve each pool, with over 2,6 million gallons flowing through. A grandstand was built on top of the mechanical building, allowing seating for over 1,500 spectators. AQUATIC FEATURES INCLUDE ► 14,500 sq. ft. 50-Meter Competition Pool FINA-compliant for swimming, water polo and artistic swimming competition. Ten 50-meter lap lanes, 25-meters wide, two 6 ft. wide bulkheads ► 6,700 sq. ft. 25-yard Dive Pool FINA-compliant pool for diving competitions, precast diving tower, nine 25-meter lap lanes ► 12,400 sq. ft. Refurbished Training Pool Ten 50-meter lap lanes, eighteen 25-yard cross course lap lanes, new gutter system, new mechanical systems. COMPLETION REFERENCE September 2022 Laura Voet Aquatics Complex Manager PROJECT COST City of Fort Lauderdale Ivoet@fortlauderdale.gov $45,000,000 P: 954.828.4582 TITA 0 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 118 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS 4 NORTH PORT AQUATIC CENTER NORTH PORT, FL - USA llk"`` `� r_ In April 2010, Counsilman-Hunsaker completed an Aquatic Facilities Master Plan COMPLETION which assessed current conditions and needs of the community to be a guide for future October 2019 programming, site selection, renovations, and new construction of a new aquatic facility. In June 2018, the North Port City Commission broke ground on the 75,500 sq. ft. North Port PROJECT COST Aquatic Center. Due to a heavy rain season, the project took 15 months to complete. The North Port Aquatic Center includes 25-meter stretch pool, a lazy river, a kids' activity pool, $12,000,000 two body flumes (or slides), a bowl slide, shade structures, a bath house with locker rooms, and a small concession area. The 25-meter stretch pool will be able to accommodate 25- REFERENCE yard or 25-meter lap swimming and competitions and will be open all year long. Tricia Wisner, MBA, CPRP AQUATIC FEATURES INCLUDE Assistant Director - Parks & Rec City of North Port twisnerC@cityofnorth port. corn ► 9,100 sq. ft. Stretch 25 competition pool with eight lap lanes, a 4 ft. bulkhead, and two P: 941.429.3570 1-meter diving boards ► 9,000 sq. ft. Lazy River with five stair entries, underwater shelf, water walk, various spray features, two waterslides, and a bowl slide ► 2,600 sq. ft. Children's Pool with zero beach entry, play structure, and various spray features ILIAH WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 119 DocuSign Envelope ID: 4A06ACD9-66A8-4EE2-ADD5-F491B51B8544 AQUATIC CONSULTANT EXPERIENCE & QUALIFICATIONS 4 FLORIDA AQUATICS SWIMMING & TRAINING OCALA, FL - USA PROJECT COMPLETED WITH WANNEMACHER JENSEN ARCHITECTS The Florida Aquatics Swimming & Training (FAST) facility is the premier swimming, training and competition venue in the Southeastern United States. Designed to host swimming competitions for local, state, and national competitors, FAST features an indoor 50-meter competition pool, an outdoor 50-meter warm-up pool, and an outdoor sprayground. The outdoor warm-up pool is a pre-engineered stainless -steel system built by Myrtha and was previously used for the U.S. Olympic Trials. FAST will provide a wide variety of programs beyond recreation and competition. The programs at FAST will include swim lessons, drowning prevention, aquatic therapy and fitness, and life-saving water training for lifeguards and fire and rescue personnel. Aquatic features an indoor 27,200 total sq. ft natatorium as well as a 40,000 sq ft, outdoor area. AQUATIC FEATURES INCLUDE ► 12,325 sq. ft. Indoor Competition Pool ► Ten 50-meter lap lanes ► Two 1-meter and two 3-meter diving boards ► 16,000 sq. ft. Outdoor Warm Up Pool ► Eight 50-meter lap lanes and six 25-meter lap lanes ► Myrtha pre-engineered pool construction ► 2,250 sq. ft. Sprayground COMPLETION REFERENCE March 2022 Jim Walkup Project Manager PROJECT COST One Top of the World, LLC jim_walkup@otowFl.com $33,777,245 P: 352.873.0848 ILIA ,U WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 120 I DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B5lB8544 Structural r x Experience & Idoo - . Qualifications Enginee �i�i� -mw 54WW4 -As &, - in t d 4 Ak rw 1%. LI Mona, -AL. DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS DDA Engineers Structural Engineer DDA Engineers, P.A. is a homegrown local structural engineering consultant firm founded in 1969 that currently employs 11 engineers, 7 draftsmen, 7 inspectors and 2 support staff. Our core staff has been practicing together for an average of 30 years. This experience of working together for so many years constitutes a unique aspect of DDA and denotes a degree of stability that is represented in the many projects for which we have been commissioned. The firm of DDA Engineers, P.A. was organized with the definite objective of providing quality structural engineering services to architectural firms. We firmly believe that these services should be rendered in a comprehensive, creative, professional, and understanding manner. We take pride in our architectural background which has proven invaluable in making a contribution to a given project from its inception Our Approach DDA Engineers, PA, as structural engineering consultant will be working closely with the architect to come up with structural solutions that maintain and emphasize the architectural intent. During Schematic Design, we will analyze alternative structural systems leading us to the most effective structural solution for the given architectural and programmatic requirements. This structural analysis includes the creation of the 3-1) computer model and verification of member sizes to meet both the gravity and lateral load requirements. During Design Development, we will continue to work closely with the Architectural Design Team and verify the structural concept while completing our 3-D computer model. It is our intent that all aspects of the structural frame be completely defined by the end of this phase to lead us into Construction Documents. It is critical to start coordination with the other disciplines at this stage including electrical, mechanical and plumbing incorporating floor openings, sleeves and any other clearance issues. The construction document phase of the project is a very critical point in the project as all the criteria that has been developed in the previous two phases are to be implemented to a final and complete design. The final product of this stage is a complete set of structural drawings with framing plans, schedules, sections and details with fully detailed skin/envelop components. During the Construction Administration phase, we respond to contractor RFI's, review Submittals and perform periodic site visits VITA 2 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 122 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADDS-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS State of Florida Department of State I certify from the records of this office that DDA ENGINEERS, P.A. is a corporation organized under the laws of the State of Florida, filed on August 9, 1989. The document number of this corporation is L08168. I further certify that said corporation has paid all fees due this office through December 31, 2023, that its most recent annual report/uniform business report was filed on January 9, 2023, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Ninth day of January, 2023 Secretaty of ktate Tracking Number: 3678494595CC To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://scrviccs.su nbiz.org[Filings/CcrtificatcOfStatus/CcrtiflicatcAuthcntication ILIAM WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 123 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS 5 2020 Salzedo Mixed -Use Building Location: Coral Gables, FL Schedule: 2014-2018 Completed: 05/2018 Design Fee: $530,980.00 Client: Codina CG, LLC Kris Copeland 305.529.1300 kcopeland@ccresfl.com A luxery high-rise apartment community which offers a superior location to Downtown Coral Gables. The mixed -use building consist of 16-story residential, office, and retail. Project includes a 7-story, 566 vehicle parking garage. The office building is a 6-story, 53,452 SF Class A Office Building. The remainder of the project included 213 apartment units in a 16-story tower, 4,334 SF of retail space. Amenities included restaurants, a conference center, a fitness center, a landscape plaza, rooftop yoga, a pool deck with private floating cabanas. 2020 Salzedo is one of Coral Gables only LEED certified buidings having acheived Gold Certification. VITA 2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 124 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS 5 AMLI Midtown Miami l +I I Oro _ JA rw -�-yT1''����� W Is a� �► �• t � Y. •4i t � 1 r Location: The former site of Chiquita Banana shipping facility was transformed to AMLI Miami, FL Midtown Miami, a mixed -use community spaning 3 city blocks, totaling 6.6 acres. The complex contains a 14-story north tower with 511 units and 834 Schedule: parking spaces totaling 1,235,348 SF and an 8-story south tower with 208 2016-2021 units and 306 parking spaces totaling 474,684 SF. The building amenities Completed: 07/2021 includes 10 collaborative work office private office spaces, 3 conference rooms, lounge, kithcen, bicycle lounge and repair space, pet resort spa, EV Design Fee: charging stations, yoga studio, fitness center, rooftop pool deck with cabanas, $757,360.00 game room, bowling alley, golf simulator, resident bar/lounge with theater. Project is certified LEED Platinum. Client: AMLI Matthew Thomson 561.472.2139 mthomson@amli.com VITA ,IM WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 125 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 STRUCTURAL ENGINEER EXPERIENCE & QUALIFICATIONS 5 Downtown Doral Parking Garages l- .I�a `� 1� i Location: Four parking garages added to the Downtown Doral is a mixed -use development Doral, FL that includes main street shopping, entertainment and dining venues, a government center, large park, a charter school and residential towers and homes. Each parking Schedule: garage includes a recreation deck with pool facilities on rooftop level. 2015-2019 Completed: 2019 5252 Paseo Garage: 4 levels of parking for 451 spaces with rooftop (level 5) Completed 20151 Design Fee: $145,550.00 Design Fee: $643,237.00 5310 Paseo Garage: 4 levels of parking for 473 spaces with rooftop (level 5) Completed 2015 1 Design Fee: $115,687.00 Client: Codina Partners South Parking Garage 03: 3 levels of parking for 808 spaces with rooftop (level 4) Desiree Faulkner Completed: 20181 Design Fee: $190,000.00 305.569-2222 dfaulkner@codina.com North Parking Garage 04: 3 levels of parking for 787 spaces with rooftop (level 4) Completed: 2019 1 Design Fee: $192,000.00 ILIA ,M WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 126 0 Resiliency and Consultant(s) Experience 0 I� ualifi Now-, ,... .ems• ■ ai t Ml s 19, (z r�,l 1° fi ,�.� � . /«..i,...osea-/itnnt/ lli1- IY.• i� Rq[I. ®4 l� 1..n �' �s lYttlYYlt/11fr1 (/111i1t! Irv" 44 W` IL �y .01. �r n - Q r DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE 3 QUALIFICATIONS Sequil Systems LEED and Resiliancy Consultant History SEQUIL Systems Inc. was founded in 2002 as an independent, objective consulting firm. It provides sustainability, performance, resilience and wellness consulting services for owners, architects, and developers worldwide. Since then, SEQUIL has been establishing guidelines and strategies for built environments, including master planning, site planning, project management, commissioning, and energy modeling services on over 200 projects in and around South Florida and elsewhere in the world. SEQUIL project experience features a variety of multi -use, multi -building campus, community centers, municipal buildings, municipal recreational and educational facilities, universities, laboratories, high-rise residential, commercial, warehouses, transportation hubs, and many more. The SEQUIL project team has collaborated on millions of square feet and billions of dollars of construction. Its professionals carry peer -level architecture, engineering and design, and environmental science credentials to participate at an optimal level throughout the project duration. We have a strong record of fostering and promoting integrative collaborations between team members at the early stages of the project. We focus on looking into implementing the most efficient strategies for the project that would bring the most efficient results and faster ROI, making sure that the OPR is carried through the entire process. We represent ownership on all matters of sustainability and building optimization. SEQUIL's personnel strives to make the LEED certification a smooth and easy to implement process by assuming most of the LEED administrative burden (when possible) from team members so they can focus on designing and building a resilient, efficient, optimized, and sustainable building. Our involvement spans from planning, through to creation, operation, and possible redefinition. SEQUIL Systems' advisory services include: • Building Commissioning Sustainability Consulting Wellness Program • LEED Program Management Resiliency 8 Adaptation Management • Buiidg Sim/Energy Modeling Sustainability and Resiliency SEQUIL believes that better and intelligent management of resources and protection of the environment are urgently needed to not compromise the ability of future generations to meet their needs and enjoy a good quality of life. By promoting sustainable development and better environmental governance and management, we can guide and maintain a safer, resilient, healthier, and more sustainable environment. Our focus on strategies that promote building durability, resiliency, and use of the local natural environment as a source of adaptation to mitigate the effects of sea level and water level rise. Smart building strategies not only can be used as a method for mitigation, but also for the slowing of the effects of climate change. Our process looks beyond standard flood risk assessments and provides a holistic view of property protection. The process we utilize has been standardized through the experience of considering flood risk of dozens of buildings in coastal areas. The process begins with an understanding of what hazards to consider, what the chance of each hazard is relative to the risk threshold of the client. For critical infrastructure, such as an emergency operation center, the most extreme scenarios are considered. We look at the whole building, relative to its geographical location and its adaptability to extreme weather scenarios, including operations procedures. Based on the design we make adaptability suggestions to make the building more resilient /CIA H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 128 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE & QUALIFICATIONS Norwegian Cruise Line Terminal B Port Miami Location: SEQUIL Systems together with the team of the NCL Terminal B project at Miami, FL PortMiami successfully applied strategies that successfully reduced the Global Warming Potential (GWP) of the structure by 7% and approximately 8% savings Schedule: in Stratospheric Ozone Depletion and Eutrophication. This was demonstrated Certification December 2021 through a Life Cycle Analysis finalized at the end of construction. Some of those strategies included applying an integrative approach to the selection of Design Fee: construction materials. The team analyzed the efficiency of materials such LEED Scope $95,638 as concrete for the site and the potential environmental impact of different types of concrete. As a result, the structure of the building included the use Client of slag cement to reduce environmental impacts. This product replaced the Caridad Sola highly energy -intensive Portland cement. Additionally, selection of hardscape csola@ncicorp.com materials that reduced contribution to the Heat Island Effect was a priority. This NCL Holdings Ltd. integrative materials selection process was applied to all materials installed as 7665 Corporate Center Dr part of the structure and interior of the building. Miami FL 33126 786.534.0119 Due to its proximity to the Biscayne Bay, the terminal's stormwater strategies were a priority for the project. This included management of rainwater under extreme events and filtration prior to discharge to the bay. Located within the Biscayne Bay Aquatic Pre -serve, an area designated by the State of Florida for special environmental protection, the Port of Miami is a man-made land structure formed through beneficial land reuse of three spoil is -lands. The Port also provides for a coral relocation site along the northeast corner of the port boundary to assist in mitigation tied to port sustainable development projects. The development of NCL's Terminal B was tied to stringent regulations programs aimed to protect the estuarine and marine habitats. IIIA ,1 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 129 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE A QUALIFICATIONS 6 Shore Acres Recreational Center Location: St. Petersburg, FL Schedule: Certification December 2022 Completed July 2022 Design Fee: LEED Scope $74,750 LA, In the heart of the neighborhood is Shore Acres Recreation Center a fully fitted aquatic facility with one wade pool perfect for toddlers and a six lane pool, bathrooms and lockers, covered playground, half court basketball court, picnic shelter and a variety of programs for youth, teens and adults. The recreational center site was updated to improve the facilities, add a gymnasium, office and study spaces, add additional pool space, and other indoor/outdoor recreational spaces. SEQUIL Systems provided the LEED Program Management, Building Commissioning, and Energy Consulting services. LEED Gold Certification Client: Community Center multi -use City of St. Petersburg Aquatics Center Sharon Wright Fitness Center sharon.wright@stpete.org Study spaces P 727.551.3396 LEED stormwater management requirements Prime Architect: Wannemacher Jensen Architects, Inc. VIVA13 WANNEMACHER JENSEN ARCHITECTS i i WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 130 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 RESILIENCY AND LEED CONSULTANT(S) EXPERIENCE & QUALIFICATIONS Surfside Community Center � _ cavincmiller WF= Atelier Me, Location: This project is in the early stages of design; however, the SEQUIL team is helping Surfside, FL to put together a bidding package that includes specifications and criteria targeting the use of emissions and pollution derived from the use of traditional Schedule: building equipment, in particular these requirements will apply to all diesel Pending construction engines used during construction: Estimated 2024 • A policy to reduce diesel emissions from idling construction equipment. Design Fee: Implement a preventative maintenance plan for all equipment according to LEED/SITES Scope $108,595 engine manufacturer specifications. • Use ultra -low sulfur diesel fuel that meets American Society of Testing and Client Materials (ASTM) specifications with sulfur less than or equal to 15 ppm for Savino Miller Design Studio all non -road diesel equipment. Barry Miller, Use no construction equipment with Tier 0 engines. barry@a savinomiller.com, 50 percent of the total run-time hours of construction equipment are 305-895-908 compliant with Tier 2 or higher engines. The premise of this project is to create a place of natural beauty that reflects the Town of Surfside community and serves as a model for cultural enrichment, ecological stewardship, urban resilience and a place to play. With this mission in mind, and considering its proximity to the Indian Creek Lagune, the project is planning to carefully implement stormwater management strategies through the use of lush native landscaping, possibly incorporate rain gardens and retention areas, with the purpose to minimize pollution into the Lagune. /,/A US WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 131 4116- 4OW IL qw,4 WO DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 BEST PRACTICES Best Practices WJA will work closely with the City of Miami Beach to achieve the intent and purposes of the City's goals and resiliences. Our experience and understanding of the issues associated with sea water rise, particularly in low topography, will allow us to identify the opportunities or challenges and use the guiding principles, goals, and objectives to mitigate and to develop the City's vision for its most symbolically important project. Our goal is to design a Community Complex that is uniquely tailored to serve the needs of the City of Miami Beach while creating a celebratory presence that nurtures the diverse cultural landscape. WJA understands that one of the biggest challenges in this project will be balancing the expectation of the stakeholders, including city staff and the taxpayers. We propose a participatory process with the public to understand the community's needs and discuss how design elements will improve the built environment. After gathering the information with the stakeholders, our team will work on solutions that balance the staff and residents' needs, the state and local regulations, and the Miami Beach standards while adhering to the established budget and timeline. Iconic Design The proposed site, surrounded by three roads, is ideal for an Iconic structure that is visible on all sides and can stand as a monument which represents the future of Miami Beach. DDA Engineers, PA, as structural engineering consultant will be working closely with the architect to come up with structural solutions that maintain and emphasize the architectural intent. During Schematic Design, we will analyze alternative structural systems leading us to the most effective structural solution for the given architectural and programmatic requirements. This structural analysis includes the creation of the 3-D computer model and verification of member sizes to meet both the gravity and lateral load requirements. During Design Development, we will continue to work closely with the Architectural Design Team and verify the structural concept while completing our 3-1) computer model. It is our intent that all aspects of the structural frame be completely defined by the end of this phase to lead us into Construction Documents. It is critical to start coordination with the other disciplines at this stage including electrical, mechanical and plumbing incorporating floor openings, sleeves and any other clearance issues. The construction document phase of the project is a very critical point in the project as all the criteria that has been developed in the previous two phases are to be implemented to a final and complete design. The final product of this stage is a complete set of structural drawings with framing plans, schedules, sections and details with fully detailed skin/envelop components. During the Construction Administration phase, we respond to contractor RFI's, review Submittals and perform periodic site visits. Placemaking and Connectivity By increasing safety for pedestrians, creating multi -modal mobility and connectivity and supporting local businesses we believe we can create a dynamic, accessible, and safe gathering urban hub for the community. The proposed site can be a key element in defining the architectural language for how to begin to address these goals. TA42 WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 133 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 BEST PRACTICES Our proposed team is intimately familiar working with Coastal cities and their unique challenges, local codes, ordinances, permitting procedures, and community involvement, a particularly important aspect of managing this project to success. We take pride in approaching each project with the intent to promote the health, safety, and quality of life in the Miami Beach. Resilient Design Resilient design of communities and buildings that reduce and/or eliminate damage due to natural and man-made disasters, including sea level rise, has never been more important. Resiliency is especially important in municipal structures. The WJA/WA team has extensive experience incorporating resilient and sustainable design principles in numerous built projects. Features such as the design of a comprehensive stormwater management system, use of Florida friendly native landscaping, elevated finish floors to mitigate storm surge and sea level rise in coastal projects, redundant power, telephone, and other utilities to prevent downtime in the event of a system failure, hardened structures to resist Category 5 hurricanes, design of building systems that are energy efficient, durable, and user friendly, are just some examples of specific resilient and sustainable features built into the many projects designed by the WJA/WA team. A few of these projects include the Miami Beach Fire Station 1, Shore Acres Recreational Center, North Bay Village - Village Hall & Public Safety Complex Concept, and Largo Community Center. Ability To Design for Durability and Maintainability Cost efficiency is a standard in all of our design work. In order to achieve programmatic needs and remain within a desired budget, construction materials are selected by their cost impacts as well as their life cycle expectancies. Design elements, such as the large overhangs and translucent covered walkways, add interest to the building while reducing solar gain, thereby reducing air conditioning needs and increasing the life of the HVAC units. Daylighting and the use of open-air circulation paths similarly reduce electric loads while making the facilities more welcoming and user friendly. I ," st." ILIAR WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 134 DocuSign Envelope lU 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 BEST PRACTICES 7 ShoreAcres R� I sburg, FL Long -Term Sustainability We are committed to integrating sustainable and energy -efficient design strategies in our projects. Sustainability is more than a checklist of resource -saving technologies or complex building performance targets; it is a fundamental commitment to our environment. We take a holistic approach to understanding how sustainable design and architectural creativity can be synthesized into beautiful, inspiring, and welcoming spaces that will serve building users today without compromising the needs of tomorrow. Our team seeks to provide optimal value for both the initial and long-term investment. With this goal in mind, the design is analyzed continually for its initial cost of construction and long-term economic sustainability. Generally speaking, municipal funding for facility operations and maintenance has not been keeping pace with the funding for the construction of new facilities. Therefore, new infrastructure must be designed to be as low maintenance and durable as possible. We address this issue as a standard part of our approach and will work with you to create sustainable facilities and develop strategies to develop revenue -generating spaces and minimize maintenance and operations costs. A critical component of this analysis is an understanding of best practices, flexible programming, appropriate materials, efficient building systems, and alternative construction methods. Doral Legacy Park and Recreation Center, Doral, FL Green Design & Energy Efficiency WJA has completed eleven LEED Certified Buildings, including the country's first LEED Platinum Community Center, Largo Community Center, and we have another two that are currently in the certification process. We have also recently designed a LEED Silver (certification pending) Shore Acres Recreation and Aquatics Center which won the 2022 AIA Tampa Bay Sustainability Award of Excellence for Architecture. While not every project seeks official certification, we aim to incorporate "green" design components in every project. In order to provide the optimal value for both initial and long-term investment, sustainable materials are specified, passive cooling strategies are employed, and green systems design - like plumbing efficiency, intelligent lighting, and energy efficient mechanical systems are incorporated into the building design, especially when there is little to no additional first cost. We specify extremely durable materials that are easily maintained, keeping rescue personnel on duty performing their intended job and not on building maintenance. I ItIll Inspiring and innovative designs often result from architecture that is not only sensitive to its environment but also resonates with all user groups. WJA strives to achieve these with all of our projects. s>- 4 �1 1 YAH WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 135 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 Y S. �Jmoo DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 APPROACH AND METHODOLOGY PROJECT APPROACH Project Kick -Off Following award of the project we will promptly organize a Kick - Off meeting with your project team to finalize the scope of work, identify stakeholders, define project goals and objectives, and establish parameters that will guide the team throughout the project's duration. Design phase meetings with the City's Project Team will typically occur on a bi-weekly basis. The project manager will generate detailed meeting notes that evolve to become a single living document. The notes are updated with each subsequent meeting and will serve as a depository for all decisions made during the design process. A pre -planning meeting with your project team will be scheduled as well as additional meetings with Town staff and other stakeholder groups. Communication & Coordination Our Team knows that coordination is absolutely vital for the success of any project. We recognize the level of coordination is dependent upon the extent of the proposed design requirements, and we establish a standard protocol to ensure that all interested parties and stakeholders are informed regarding the project status. Stakeholder Input Our team understands the importance of consensus building and stakeholder participation. Before we propose any sort of design for the project, we will meet with City personnel to understand how the departments uniquely operate and specific requirements unique to everyone's needs. By involving key stakeholders prior to an initial concept plan, the process avoids immediate negativity or objection to a specific element and instead focuses on items that encourage stakeholder participation in the process. The City staff will ultimately have a true feeling of ownership in the project with their input being directly translated into the design from the conception to completion. Internal Coordination Our staffing and coordination process begins with selecting the Project Manager that best suits the project based on their experience with the project type and their availability to devote their full attention to the project. To ensure we have the proper support that each project requires, we evaluate our current workload and staffing on a weekly basis. We are then able to easily forecast and adapt to changes in project workload to ensure all projects remain on schedule. Supplier Diversity Ms. Lisa Wannemacher, WJAs founding principal established the standards, ethics, and ideals that our firm has grown from into what it is today. Ms. Wannemacher is still involved with the firm. Jason Jensen, WJA President, appreciates what Lisa built and we are committed to creating a firm that is wholly more diverse, equitable, and stronger. Currently, in the architecture profession only 17% of registered architects are women (2020). WJA is proud to be nearly a 50/50 gender equality split with woman making up 52% of our firm. WJA is made up of 39% minority. WJA is also committed to increasing the successful participation of certified minority, women, veteran, and LGBTQ+ owned businesses — this is evident is our consultant history on past projects and our long-standing relationships with these firms. With offices in Miami, West Palm Beach, Sarasota, Miami, and Tarpon Springs, we are proud to call the Florida our home, living and working among people from a kaleidoscope of backgrounds and cultures. Our staff have a reach from more than 17 countries. Our diversity is a tremendous asset; bringing other perspectives and knowledge, enriching the built environments we create. ILIAU WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 137 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 APPROACH AND METHODOLOGY Project Scheduling At the beginning of the project, we will generate a project design schedule based upon the input we receive from you, accommodating your milestones dates and using timelines and that we have established based upon our previous experience with similar projects. We take pride in creating detailed project schedules at the beginning of project and we make are diligent about keeping it up to date. This schedule is then distributed to all design team members and consultants periodically throughout the project. The project is also integrated into our offices internal project calendar system where we can see all project deadlines. This integration allows for us to properly staff each project and forecast our workload to ensure our resources are used where needed to deliver your project on schedule. Our team typically has a session with all stakeholders to establish a master schedule from design criteria through construction accounting for all design, city, permitting, and construction milestones. We then creates a "live" schedule using Microsoft Project. If any task changes duration, then the change will be immediately reflected through the entire schedule. We will be extremely proactive anticipating potential speed bumps and ensure that the schedule is met. PROPOSED SCHEDULE Public Relations and Input Our team has developed a proven process for gathering public input and building support. The boards seen above are used during the programming process and display various program opportunities. Residents place colored stickers on pictures to express interest or dislike for possible program opportunities. Not only does this process foster active engagement and community -driven decision making it also displays the results in real-time. Programming To kick-off the project our team will conduct meetings with Town staff to discuss the current and future needs for the proposed park and municipal complex. As a way to facilitate conversation, we will use our detailed programming documents and existing plans to talk through items that may be specific to the City's needs. The programming and initial schematics process is the most important phase of the project so it is important to spend ample time and energy during this period. The accuracy and completeness of the program document will save time and money in the later phases. Prior to the first programming meetings a detailed agenda and questionnaire is prepared and circulated to the various stakeholders. Schematic Design 120 Days 120 Public Meetings Traffic Engineering Analysis/Report City Department Reviews Design Development 90 Days 105 DRIB Submittal Submit to Miami -Dade Traffic City Department Reviews 30% Construction Documents 60 Days 135 City Department Reviews FDOT Site -Civil Permit Permits Tree Removal Permits 60% Construction Documents 60 Days 180 City Department Reviews 90% Construction Documents 60 Days 240 City Department Reviews Permit Submittal 100% Construction Documents 30 Days 420 (total design) Total Design Durations 14 months (420 calendar days) Permitting 6 months (180 calendar days) VITA z WANNEMACHER JENSEN ARCHITECTS 11 WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 138 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADDS-F491B51B8544 APPROACH AND METHODOLOGY Concept Design Process After we have established the project goals and parameters during the stakeholder process, we begin design. Our design approach is to generate many alternative concepts. Each scheme is then analyzed for its ability to meet the established goals in the most efficient manner. A list of pro's and con's are developed covering topics such as building efficiency, vehicular access, views, sun orientation, service access, retention of space, and street presence. Land Use and Building Code Support The collaborative design process outlined in the Scope of Services will undoubtedly result in a variety of specific facility design ideas as well as site and architectural concept alternatives. It will be our responsibility to determine the viability of some of these concepts based upon a variety of factors not the least of which is a determination as to their compliance with the City's local, state and federal regulations. Those considerations are reasonably simple to determine, and a review of the local ordinances, the Florida Building Code, ADA and other jurisdictional requirements are issues that we face on every project we design. Where suggested design concepts become critical to the overall project approach we can assist with a determination of possibility of pursuing variances or other methods of relief to allow for the advancement of critically important design concepts. Each of the alternative design ideas and concepts that are developed as a part of the design process will be reviewed with staff with regards to the following conditions in order to assess whether or not they are worth advancing further: Doral Legacy Park, Doral, FL • Cost • Permitting implications • Environmental considerations • Neighborhood impacts • Maintenance implications Cost Saving Techniques During Site Design There are a number of approaches to the actual design of site features and architectural facilities that can result in cost savings for the City, such as: • Best management stormwater practices like "daylighting" which minimizes the use of underground drainage systems and maximizes surface collection and conveyance systems; rain gardens; bio-swales; and re -directing conveyance ditches rather than piping them and covering them up. • Preservation of existing tree canopy so that shade and buffering is 'maintained' rather than replaced. • Designing facilities to meet LEED standards of sustainability without spending unreasonably high sums of money just for the certification. Design Development We strive for timeless design, characterized by a clean straightforward building envelope. We pay attention to the details to make each recreation center efficient and functional within budget. We employ tried and true methods, selecting durable materials for rough day to day use and ease of maintenance. We utilize creative design solutions that go beyond basic requirements to create facilities that evoke pride from the community who use them. VITA 2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 139 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491B51B8544 APPROACH AND METHODOLOGY Interior Design We provide in-house Interior Design Services for each project. An interior designer is part of every project team and assists the Project Architect/Manager with all things interior related. They research interior materials, create color boards, assembles materials and finishes, creates furniture packages, and assist in bidding. Quality Assurance / Control Quality control is a meticulous process in for our team utilizing the expertise of both firm's resources. At every major milestone, deliverables go through a rigorous review process by the project's Principal -in -Charge and from senior staff members not currently working on the project. Our team is dedicated to producing documentation that adheres to the highest standards in the industry. As a firm we have earned a reputation for consistently producing quality, comprehensive, and clear drawings that lead to better bids, fewer RFIs and better constructed buildings. Cost Control & Estimating Cost control is integral to the design process from the beginning and will guide every phase of the work. Early decisions during programming and the early design phases have the biggest impact on the budget. It is crucial to create well -documented consensus between the Town and WJA/WA at the inception of the design process relating to building square footage, configurations, systems, program, and overall goals. ShoreAcres Recreation. and Aquatics Centei, St. Uetersburq, FL We take a pro -active stance towards cost adherence. An early development of a cost model (constantly updated during design), proper contingencies, and straight forward building envelopes and systems are all elements in our constant effort to contain costs within your budget. Our team seeks to provide the optimal value for both initial and long-term investment. For all of our projects, sustainable materials are specified, passive cooling strategies are employed, and green systems design — like plumbing efficiency, intelligent lighting, and energy efficient mechanical systems are incorporated into the building design, especially when there is little to no additional first cost. We specify durable materials that are easily maintained keeping Town personnel on duty performing their intended job and not maintenance. A unique characteristic of our firm is that we also have a construction division where we provide comprehensive Construction Management Services. This enables us to conduct in-house cost estimates throughout the design process before the City selects a contractor. Our experience with park and recreation centers and building in the local market allows us to maintain accurate and current cost information. To guarentee our design is buildable within budget, we have included RIB U.S. Cost on our team as an outside, local cost estimator consultant. Since 1983, RIB U.S.COST has performed project control services for programs of all sizes. Reliable budgets and accurate project cost estimates require an experienced estimating team during /,,A 2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 140 DocuSlgn Envelope ID. 4AO6ACD9-6BA8-4EE2-ADD5-F49165188544 BUDGET ANALYSIS 500-space parking structure: 500 x $40,000 space $20,000,000 Aquatics (on -roof) $25,000,000 50-meter competition pool w. amenities 25-meter multi -purpose pool Miami -Dade County Library 10,000 sf x $450/sf $4,500,000 Commercial / Retail Shell 5,000 sf x $250 sf $1,250,000 Fitness Center 7,500 sf x $400 sf $3,000,000 Community Center 5,000 sf x $400 sf $2,000,000 Active Green Space; jogging 60,000 sf $7,750,000 Utility Relocation $3,000,000 Subtotal $66,500,000 Contingency 5% $3,325,000 Total $69,825,000 the planning and design phases of to accurately assess the intended scope to satisfy final project requirements. It is sufficient to say that the optimal approach to staying within budget and maximizing value is by first developing a thorough budget estimate that tightly correlates to scope and schedule from which to exercise project control. With an extensive South Florida I Miami area cost database that is maintained from numerous assignments, RIB U.S.COST personnel have a thorough understanding of the means and methods relative to achieve program requirements for municipal construction. Cost Control During The Design Phases Design phases that RIB U.S.COST typically provides design cost control services for include Schematic Design, Design Development, and Construction Document. We find that on most projects, one estimate will suffice at each phase, while on larger, complex projects sometimes as many as 3 estimates may be required for each phase. The typical estimate types that are utilized to assess these stages are Order of Magnitude, Budget, and Definitive. Order of Magnitude Estimates The Order of Magnitude estimate is most typically used at the Schematic Design Phase. We find document completeness at this phase to be between 15 and 35%. These estimates are made without detailed information. The estimates are costed using cost curves, historical data, and approximate ratio estimates. The accuracy that can be expected from these types of estimates is +50% to -30% Budget Estimates Budget Estimates are used at the Design Development Phase. Document completeness at this phase is usually from 40 to 65% complete. This type of estimate is characterized as "Semi -Detailed" as the various design disciplines are usually not at the same level of completeness in their respective designs. Therefore, the estimator(s) have to use a combination of techniques to assess the project scope. Information available at this stage consists of design analysis information such as: flowsheets, backgrounds, layouts and equipment details. The accuracy of this estimate is dependent upon amount and quality of information available. MAR WANNEMACHER 1rNSEN ARCHITECTS IIWOLFBERGALVAREZ AND PARTNERS APPROACH AND METHODOLOGY Definitive Estimates At the Construction Document Phase the design should be from 70 to 95% complete. At this phase the estimator can provide the necessary detailed "bottoms up" estimate. This estimate is prepared from completed drawings, detailed engineering data, and specifications. A detailed quantity take off is performed and an accurate bill of material is established and priced. This is the most accurate of the several methods and accuracy can be expected to be +15% to —5%. This estimate, if it indicates that the design has changed significantly from the previous Iteration, will allow the designer an opportunity to make design adjustments to correct elements that have caused the design to exceed the budget, prior to Advertisement for Bids. Depending on how the cost of the project, as validated by the cost estimate, compares to budget restrictions, the designer may desire to use additional estimates or partial estimates as a productive and useful tool to keep the design within budget parameters. RIB U.S.COST recommends performing as comprehensive an estimate as possible at each design phase. Design Cost Control will ensure that the design stays within the owner's budget, saving not only many hours of redesign time at the designer's expense, but also expense to the Owner of rejecting out of budget bids and re - advertising for bids when the redesign is complete. Our team follows industry standard methodologies and techniques to ensure that all aspects of the project scope are accounted for in each estimate in each Design Phase. The Association for the Advancement of Cost Engineering (AACE) International has several guiding documents that the RIB U.S.COST team uses and follows in the standardization of our cost estimating processes. Some of these documents include the Total Cost Management Framework, as well as Recommended Practices Numbers 46R-11, "Required Skills and Knowledge of Project Cost Estimating", 60R- 10, "Developing the Project Controls Plan", 17R-97, "Cost Estimate Classification System", 37R-06, "Schedule Levels of Detair, 35R-06, "Development of Cost Estimate Plans", and 44R-08, "Risk Analysis and Contingency Determination". GREAT DESIGN WITHW BUDGET 1 141 DocuSign Envelope ID: 4A06ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 APPROACH AND METHODOLOGY During the Planning/Conceptual Design Estimate phase, the first step is development and validation of the Cost Estimate Plan to set the standards and guidelines for cost estimating, cost validation, change management, and cost controls and management. These preliminary estimates are useful for determining the viability of a project, potential available funding, and can assist in defining the project scope based on the Owner's available budget. The goal is to maximize the use of available funds, including cash flow restrictions, to allow the highest return for the Capital Improvement budgets within the fiscal year funding. During this phase, the Conceptual Budget is the primary cost work product that identifies the Owner's and project objectives, as well as any limitations on funding. It also is used to assess the various conditions that will affect budget such as environmental conditions, market conditions, site limitations, and helps identify the need for contingency and escalation budgets. The Conceptual Budget is developed in conjunction with the Value Planning effort, during which our estimating experts will work with the design team to ensure that decisions about construction techniques and materials are efficient and the best choices for a life -cycle cost benefit. During this budgeting and planning effort, the major cost drivers for the project are identified and agreed upon with the designers. Once established, the major cost drivers will be monitored continuously to ensure design works within the parameters of these drivers to avoid over -runs. During spot checks at different estimate levels, the major cost drivers will once again be reviewed to ensure appropriateness. Monitoring of the major cost drivers is one of the greatest opportunities to enable a "Design -to -Cost" effort by the designers. Design Estimate - The needs for estimating in the beginning of this stage still rely upon minimal project definition, although during design the scope definition is increasingly more mature, so it is even more important that the appropriate class of estimating is performed. Our team will review the process used to establish this appropriate class of estimate at design phase, based on the AACE's RP, "Cost Florida's Premiere Aquatics and Swimming Training (FAST) Facility Estimate Classification System", in which Class 4 identifies the usage as Concept Study or Feasibility which would include the preliminary stages of the Design Phase. This class also uses primarily just stochastic methods to provide high-level estimates at this phase. However, RIB U.S.COST's team has historical data which will allow tighter ranges of estimate accuracy for projects such as an Owner would likely anticipate in the Capital Improvement Plan. An essential part of design stage estimates is an assessment of projected market conditions for the project's timeframe. Market surveys and price database development form an integral part of our estimating and scheduling process. Value Engineering We analyze all of the functions of a program, project, system, product, equipment, building, facility, service, or supply of an executive agency, performed by qualified agency or contractor personnel, directed at improving performance, reliability, quality, safety, and life cycle costs. We view value engineering as a creative, organized effort, which analyzes the requirements of a project for the purpose of achieving the essential functions at the lowest total costs over the life of the project. There are three key phases (Planning, Design, and Construction) where value engineering is applied. During Planning, we carefully review the program, listen to the Owner's goals, and offer solutions to best utilize the square footage needs per function and adjacency solutions. Planning is the most important phase. Reducing square footage can have the most significant impact on project costs. During Design, we thoughtfully select and specify products and materials that meet the needs of function, initial cost, and long-term cost. During Construction, we review contractor - generated proposed solutions and product/material changes elements in our design that set a positive mood We closely evaluate the proposed changes to make sure these changes are beneficial to the Owner and have no negative impact on the overall design intent or building function. ILIA2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 142 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 APPROACH AND METHODOLOGY Project Permitting Permitting is a critical phase of the overall project schedule that needs to be properly planned so that approvals are obtained in a timely manner and do not hold up the bidding and construction phases. The design team has extensive experience with the approval and permitting process at steps and with all agencies that have jurisdiction over this project, including the City of Miami Beach, Miami -Dade County, FDOT, etc., and the team maintains professional relationships with many officials and plan reviewers at these agencies. The design team will take on the permitting process using a multifaceted approach, including the preparation of a detailed design approval and permitting schedule, arranging pre -design meetings with agency reviewers to confirm proposed design intents comply with codes and ordinances, early submittals for traffic and site -civil utility approvals, as well as retaining an experienced permit expediter to assist with the expediting of approvals at all agencies. As review comments are generated, the design team will diligently respond in a timely manner, and meet with reviewers to resolve any outstanding items as necessary. List of required permit approvals: 1. City of Miami Beach Design Review Board (DRB) 2. City of Miami Beach Building and Fire Departments 3. Miami -Dade County DERM (Core) 4. Miami -Dade County Traffic Engineering Department (TED) 5. Miami -Dade County Public Works 6. WASD 7. Department of Health 8. FDOT Permitting, Bidding, and Construction Administration We will respond to questions from the City, review RFI's and proposals, and assist with bid addenda as required. The team that is assigned to the project from the beginning is committed to the project through completion. The project manager involved with the original design continues during construction, attending schedule job site meeting, reviewing shop drawings, responding to phone calls and answering RFls. In addition to the regularly scheduled job site meetings, our project manager will visit the job site periodically whenever required to review finishes, observe the quality of work in place and assist in the resolution of a conflict. WJA/WA acts as the client advocate in all construction matters ensuring that the quality specified is indeed delivered and in the most efficient manner. CADD Capabilities Problems typically occur on the job site and generally arise out of a lack of properly coordinated consultant drawings. We have embraced Procore, a cloud based construction management software program. Procore helps to increase project efficiency and accountability by streamlining and mobilizing project communication and documentation. Our project manager, sub -consultants and contractors can all connect to the system allowing us to communicate more efficiently and coordinate more effectively. This all -in -one construction management software allows the entire team to view, edit, and respond to all project related items at any given time and from any device, including an iPhone. This includes, but is not limited to, project requirements, budget, schedule, meetings (including meeting minutes), submittals at every stage, comments, punchlists, and photographs. We have embraced a cloud -based computer software program and BIM 3D software called REVIT and collaboration software from Autodesk 360. This enables us to share a single unified model with our sub -consultants in lieu of hundreds of drawings. This results in better coordinated, more technically accurate construction drawings and fewer issues in the field. REVIT has the ability to export to the CAD compatible formats and provides a better tool for overall collaboration and generating cost schedules. Benefiting from the robust Autodesk AEC collection we also use Enscape, a premium real-time rendering plugin for REVIT. With just one click, we can start Enscape and within seconds walk through your fully rendered project where all changes in REVIT are immediately available to evaluate three dimensionally. This allows us to quickly produce 3D visualizations of the project insuring a more complete picture of your project is represented throughout the design process. During construction, we coordinate BIM software and clash detection with sub -contractors shop drawings and on site construction administration with BIM visualization. The firm has been dedicated to BIM software and delivery for the last decade. rr'rr' 1 TOMM 2 WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DCSiGN WI T I JN BUDGET 1 143 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADDS-F491B51B8544 APPROACH AND METHODOLOGY RESILIENCY SEQUIL believes that better and intelligent management of resources and protection of the environment are urgently needed to not compromise the ability of future generations to meet their needs and enjoy a good quality of life. By promoting sustainable development and better environmental governance and management, we can guide and maintain a safer, resilient, healthier, and more sustainable environment. Our focus on strategies that promote building durability, resiliency, and use of the local natural environment as a source of adaptation to mitigate the effects of sea level and water level rise. Smart building strategies not only can be used as a method for mitigation, but also for the slowing of the effects of climate change. Our process looks beyond standard flood risk assessments and provides a holistic view of property protection. The process we utilize has been standardized through the experience of considering flood risk of dozens of buildings in coastal areas. The process begins with an understanding of what hazards to consider, what the chance of each hazard is relative to the risk threshold of the client. For critical infrastructure, such as an emergency operation center, the most extreme scenarios are considered. We look at the whole building, relative to its geographical location and its adaptability to extreme weather scenarios, including operations procedures. Based on the design we make adaptability suggestions to make the building more resilient. APPROACH The SEQUIL approach to Sustainability + Resiliency has allowed us to collaborate in multiple parking garage structures in Miami Beach, community centers in the Town of Surfside, City of Doral, City of St Petersburg. Our "always on" approach enables us to maintain scheduling, workflow and owner assurance that the process continues to be successful at all stages. For example, on larger building projects we create customized functional -test -templates based on actual project submittals and sequence of operations. This and other techniques allow us to streamline the commissioning process for all parties while capturing testing and performance data of all systems rather than a sample percentage. Our submittal reviews utilize scanning techniques which allow us to provide relevant commentary during time -sensitive phases PROCESS SEQUIL Systems will assume the role of managing the entire LEED certification process from early design through the warranty phase. This will include integration of strategies in early design, collaboration with all project divisions, generation of the Energy Model, implementation of the Building Commissioning process, and documentation and submittal for LEED certification. Additionally, SEQUIL will bring its experience to support the entire team on the implementation of resilience and adaptation strategies aimed to address sea level rise and other natural events. What sets SEQUIL apart from traditional testing and commissioning firms is the depth of our team of architects and engineers, and our diverse portfolio of complex buildings. SEQUIL utilizes Pluribis TM Management, Optimization, and Commissioning Platform to manage its projects in real-time from design through ownership. Pluribis TM is a cloud -based platform that catalogs, archives, and communicates all project status and documentation over an easily accessed web interface, using and PC, phone, or tablet in the field. Reports and communications are generated and sent to project teams directly through Pluribis TM without interruptions. Overall, the certification process is a three-part process that extends some months after the facility is in operation, until final submittal for certification: APPROACH TO LEED The SEQUIL approach to LEED + Commissioning is as a collaborative, complementary participant. We work directly with the ownership, design and contracting teams to ask questions and seek answers to virtually all elements of the project. /CIA 0 WANNEMACHER JENSEN ARCHITECTS 11 WOLFSERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 144 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 APPROACH AND METHODOLOGY a SEQUIL strives to provide guidance to the ownership, design and construction teams, taking a leadership role in setting forth building performance goals that meet or exceed OPR and BOD terms along with industry -leading outcomes by using the commissioning process to verify and validate compliance across all project phases. This work is done through our comprehensive data management systems, real-time sharing of information and regular communication. Our "always on" approach enables us to maintain scheduling, workflow and owner assurance that the process continues to be successful at all stages. For example, on larger building projects we create customized functional -test -templates based on actual project submittals and sequence of operations. This and other techniques allow us to streamline the commissioning process for all parties while capturing testing and performance data of all systems rather than a sample percentage. Our submittal reviews utilize scanning techniques which allow us to provide relevant commentary during time -sensitive phases • Initial steps: • Integrated Sustainable Design Charrette or Preliminary Kickoff meeting with direct stakeholders (Gulliver Preparatory Board, teachers, A/E team) • Kickoff meeting with entire team • Preliminary Sustainable Design Strategy Evaluation — Early LEED scorecard development • Registration with the USGBC • Early Design documents • Preliminary Energy Model generation + systems design discussion • Design investigation and Strategy Development • Design/Construction Documents Completion • Confirmed sustainable design strategy • Sustainable design integration in design/construction documents • Sustainable design verification. • Design Submittal to the USGBC • Review and responses to Design Submittal - USGBC. • Pre -Development • LEED scorecard update with Design Review input • Construction Phase • LEED documentation to contractor • Construction LEED kickoff meeting • Preparation/implementation of construction related documents • Construction Waste Management Plan • Indoor Air Management Plan during construction • Materials/waste/protective measures implementation and documentation gathering by contractor • LEED site visits • Commissioning kickoff meeting • Commissioning field verification + testing • Revision LEED scorecard • General contractors LEED documentation • LEED construction documents submittal to USGBC • USGBC review back + responses • Final LEED scorecard and certification awarded • Closeout + LEED Presentation LEED + HEALTHY BUILDING The SEQUIL approach to LEED for community facilities + Commissioning focuses around Ownership goals and within the principles of creating an efficient and healthy environment for the students. Our approach for this facility is centered around the principles of building performance, occupant health and safety, appropriate Indoor Air Quality, with special attention to the vulnerability of the population to be concentrated in the building. SEQUIL will evaluate the performance of designed ventilation systems, as these will to play a key role in maintaining a healthy building environment. Properly designed and installed, these systems may reduce the duration and quantity of particulates in the air, minimizing exposure of students and school staff to contaminants while maximizing productivity. Additionally, the commissioning process ensures that building performance is improved by incorporating ownership goals in performance and energy savings in the design process while verifying these during construction and operations, minimizing system installation and operational errors. Doral Legacy Park, Doral, FL TAH WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GRLA I UCS ;N ✓I7, ON BUDGET 1 14 5 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491 B51 B8544 APPROACH AND METHODOLOGY EXPERIENCE SEQUIL Systems has guided and administered LEED, wellness, and resiliency certification process for over 200 projects. Over the last 20 years the SEQUIL team has had the opportunity to collaborate in several projects that include sustainability, wellness, resilience, and carbon reduction strategies, including: Norwegian Cruise Line Terminal SEQUIL Systems together with the team of the NCL Terminal B project at PortMiami successfully applied strategies that successfully reduced the Global Warming Potential (GWP) of the structure by 7% and approximately 8% savings in Stratospheric Ozone Depletion and Eutrophication. This was demonstrated through a Life Cycle Analysis finalized at the end of construction. Some of those strategies included applying an integrative approach to the selection of construction materials. The team analyzed the efficiency of materials such as concrete for the site and the potential environmental impact of different types of concrete. As a result, the structure of the building included the use of slag cement to reduce environmental impacts. This product replaced the highly energy -intensive Portland cement. Additionally, selection of hardscape materials that reduced contribution to the Heat Island Effect was a priority. This integrative materials selection process was applied to all materials installed as part of the structure and interior of the building. Due to its proximity to the Biscayne Bay, the terminal's stormwater strategies were a priority for the project. This included management of rainwater under extreme events and filtration prior to discharge to the bay. Located within the Biscayne Bay Aquatic Pre -serve, an area designated by the State of Florida for special environmental protection, the Port of Miami is a man-made land structure formed through beneficial land reuse of three spoil is -lands. The Port also provides for a coral relocation site along the northeast corner of the port boundary to assist in mitigation tied to port sustainable development projects. The development of NCL's Terminal B was tied to stringent regulations programs aimed to protect the estuarine and marine habitats. Project Name/Location: Norwegian Cruise Terminal B — PortMiami, Miami FL Project Description: Cruise passenger terminal of 188,000 SF Date of Project Completion: April 2021 construction — December 2021 LEED Certification Total LEED scope contract: $95,638 Reference Contact: Caridad Sola - csola@ncicorp.com - NCL Holdings Ltd. - 7665 Corporate Center Dr Miami FL - 786.534.0119 VITA H WANNEMACHER JENSEN ARCHITECTS I I WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 146 DocuSign Envelope ID: 4AO6ACD9-6BA8-4EE2-ADD5-F491B51B8544 APPROACH AND METHODOLOGY Surfside 96th Street Community Park This project is in the early stages of design; however, the SEQUIL team is helping to put together a bidding package that includes specifications and criteria targeting the use of emissions and pollution derived from the use of traditional building equipment, in particular these requirements will apply to all diesel engines used during construction: • A policy to reduce diesel emissions from idling construction equipment. • Implement a preventative maintenance plan for all equipment according to engine manufacturer specifications. • Use ultra -low sulfur diesel fuel that meets American Society of Testing and Materials (ASTM) specifications with sulfur less than or equal to 15 ppm for all non -road diesel equipment. • Use no construction equipment with Tier 0 engines. • 50 percent of the total run-time hours of construction equipment are compliant with Tier 2 or higher engines. The premise of this project is to create a place of natural beauty that reflects the Town of Surfside community and serves as a model for cultural enrichment, ecological stewardship, urban resilience and a place to play. With this mission in mind, and considering its proximity to the Indian Creek Lagune, the project is planning to carefully implement stormwater management strategies through the use of lush native landscaping, possibly incorporate rain gardens and retention areas, with the purpose to minimize pollution into the Lagune. Project Name/Location: Town of Surfside 96th Street Park Project Description: Community Center and outdoor park Date of Project Completion: Projected Fall 2024 Total LEED/SITES scope contract: $10/,000 Reference Contact: Savino Miller Design Studio Barry Miller, barry@savinomiller.com, 305-895-908 /11'4 I'., WANNEMACHER JENSEN ARCHITECTS WOLFBERG ALVAREZ AND PARTNERS GREAT DESIGN WITHIN BUDGET 1 147