Loading...
HomeMy WebLinkAboutR-91-0627J-91-604 8/12/91 RESOLUTION NO. q A RESOLUTION REQUESTING THE CITY MANAGER TO INITIATE AN INVESTIGATION INTO THE CAUSE OF THE SETTLEMENT AND DISTRESS PROBLEMS OF CERTAIN STRUCTURES IN BAYFRONT PARK; FURTHER AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT, IN SUBSTANTIALLY THE FORM ATTACHED, WITH THE FIRM OF BLISS AND NYITRAY, INC., CONSULTING ENGINEERS, TO ASSIST IN THE INVESTIGATION OF SAID SETTLEMENT AND DISTRESS PROBLEMS AND TO RECOMMEND CORRECTIVE MEASURES FOR SAME; AND AUTHORIZING THE EXPENDITURE IN AN AMOUNT NOT TO EXCEED $79500.00 FROM "BAYFRONT PARK REDEVELOPMENT, NORTH END AND AMPHITHEATER - PHASE II," PROJECT NO. 331302, AS PAYMENT FOR SAID PROFESSIONAL SERVICES. WHEREAS, certain structures within Bayfront Park, i.e., the amphitheater and adjacent ramps, the service maintenance building and adjacent retaining walls and the light tower and adjacent ramps are demonstrating clear evidence of differential settlement; and WHEREAS, an urgent need exists to determine the cause of the differential settlement and distress of these structures; and WHEREAS, there is an additional need for assistance through an independent outside consultant to evaluate and determine the cause of said settlement problems and to recommend corrective measures for same; and WHEREAS, the firm of Bliss and Nyitray, Inc., consulting engineers, with offices located at 51 S.W. LeJeune Road, Miami, Florida, has been determined to be well qualified to provide the necessary professional services to perform said independent outside assessment; and WHEREAS, there are sufficient funds in Project No. 331302, "Bayfront Park Redevelopment, North End and Amphitheater - Phase II," to cover the costs for said professional services; NOW, THEREFORE, BE IT RESOLVED BY THE COMMISSION OF THE CITY OF MIAMI, FLORIDA: Section 1. The recitals and findings contained in the Preamble to this Resolution are hereby adopted by reference thereto and incorporated herein as if fully set forth in this Section. _..,.._... � ..u.___��.� p-�{� l �p- CITY CC_`"L.'6IEaIQI1 .. r� TT A V H 11i I E `� i ��► Zvi T' OF 0NTAINED SEP 11 1991 91- 62'7 IM60LUTI01i w, 1 Section 2. The City Manager is hereby requested to conduct an investigation into the settlement and distress problems of certain structures within Bayfront Park, located at 301 N. Biscayne Boulevard. Section 3. The City Manager is hereby authorized to execute a professional services agreement,l/ in substantially the form attached, with the firm of Bliss and Nyitray, Inc., consulting engineers, to assist in said investigation and to recommend corrective measures for said settlement and distress problems. Section 4. Expenditures in an amount not to exceed $7,500.00 are hereby authorized from "Bayfront Park Redevelopment, North End and Amphitheater - Phase II," Project No. 331302, as payment for the aforementioned professional services. Section 5. This Resolution shall become effective immediately upon its adoption. PASSED AND ADOPTED this llth day o Sgtboer- , 1991. XAVIER L.AYOR ATTEST; , CITY CL LEGAL REVIEW BY: $ %�O' G. MIRIAM MAER CHIEF ASSISTANT CITY ATTORNEY APPROVED AS TO FORM AND CORRECTNESS AS4F AAA", 1991: ` 0 GE L. ERNANDEZ CI' Y ATT RNEY CAPITAL PROJECT: Y �9 it EDUARDO R DR G Z CIP PROJECT MANAG R SUBMITTED BY: jMIS PRIETO-PORTAR, Ph.D., P.E. DIRECTOR OF PUBLIC WORKS 1� The herein authorization is further subject to compliance with all requirements that may be imposed by the City Attorney, including but not limited to those prescribed by applicable City Charter and Code provisions. - 2 - 91- 627 11 1 PROFESSIONAL SERVICES AGREEMENT This Agreement entered into this day of 1991, by and between the City of Miami, a municipal corporation of the State of Florida, hereinafter referred to as "CITY", and BLISS AND NYITRAY, INC., consulting engineers, hereinafter referred to as "CONSULTANT". RECITAL: WHEREAS, the CITY has determined that an urgent need exists to prevent further settlement and distress of certain structures in Bayfront Park, located at 301 N. Biscayne Boulevard; and WHEREAS, it is also recognized that additional measures should be taken to correct the existing conditions of these structures resulting from said settlement and distress problems; and WHEREAS, the City Manager has instructed staff to initiate an investigation as to the cause of said settlement problems and to recommend corrective action; and WHEREAS, due to limited resources within the CITY and the need for an independent assessment, it would be more appropriate to obtain the services of a private engineering firm to assist the City in this investigation; and WHEREAS, the consulting firm of BLISS & NYITRAY, INC., consulting engineers, has been determined to be well qualified to provide the necessary professional services, and has agreed to do so, in'accordance with the terms herein. NOW, THEREFORE., in consideration of the mutual covenants and obligations herein contained, and subject to the terms and conditions hereinafter stated, the parties hereto understand and agree as follows: WHEN RETUk oiyG FOR FURTi .R REVfEy, PLLASE IDENTIFY AS r 91-- 627 K-1 TERM: .The term of this Agreement shall be from the date of final execution of this Agreement through NY&lj$439X:gB)fx*])3 vember 11, 1991. II. ' SCOPE OF SERVICES: A. CONSULTANT will: 1. Review existing architectural and structural drawings of the amphitheater and adjacent ramps, service and maintenance buildings and adjacent retaining walls and the light tower and adjacent ramps. 2. Review existing subsurface data (test borings), both site specific and site related. 3. Conduct a field investigation by a principal of the firm and field representative accompanied by CITY personnel. Extended site observations by the field representative may be required.' 4. Hold in-house review meetings to discuss findings and potential recommendations. 5. Prepare and deliver to the CITY a report of findings and recommendations which shall include statements with regard to the following: (a) Nature of the structural distress and settlement problems. (b) Probable causes of the structural distress and settlement problems. (c) Steps that could have been taken to prevent said problems. (d) Recommended corrective work and courses of 11 B. CITY wilt: t. Make available all pertinent records in its 2. 3. COMPENSATION: possession. Provide a project manager familiar with the problems at the site who will oversee the investigation on behalf of the CITY. Obtain from others additional services for geotechnical data (test borings) to be furnished at the request of CONSULTANT. Expenditures for these additional services under this agreement shall not exceed $1,500. These services are not included as part of the basic Scope of Services outlined above. III. A. The CITY shall pay CONSULTANT, as maximum compensation for the services required pursuant to Paragraph II hereof, the amount of Seven Thousand Five Hundred Dollars ($7,500.00). B. Such compensation shall be paid based on invoices presented to the CITY using the following hourly rate schedule: Principal ................... $125.00 per hour Engineer .................... $ 70.00 per hour Draftsman .................. S 55.00 per hour Senior Field Representative. $ 65.00 per hour Clerical .................... $ 35.00 per hour C. CITY shall make prompt payments in response to CONSULTANT'S invoices. D. CITY shall have the right to review and audit the time records and related records of the CONSULTANT pertaining to any payments of the CITY. - 3 - 91- 627 -:i L IV. COMPLIANCE WITH FEDERAL, STATE AND LOCAL LAWS: Both parties shall comply with all applicable laws, ordinances and codes of federal, state and local government. V. GENERAL CONDITIONS: A. All notices or other communications which shall or may be given pursuant to this Agreement shall be in writing and shall be delivered by personal service, or by registered mail addressed to the other party at the address indicated herein or as the same may be changed from time to time. Such notice shall be deemed given on the day on which personally served; or if by mail, on the fifth day after being posted or the date of actual receipt, whichever is earlier. CITY OF MIAMI CONSULTANT DEPARTMENT OF PUBLIC WORKS BLISS & NYITRAY,INC. 275 N.W. 2ND STREET c/o M. Ronald Milmed, P.E. Miami, Florida 33125 51 S.W. LE JEl1NE ROAD Miami, Florida 33134-1749 B. Title and paragraph headings are for convenient reference and are not a part of this Agreement. C. In the event of conflict between the terms of this Agreement and any terms or conditions contained in any attached documents, the terms in this Agreement shall rule. D. No waiver or breach of any provision of this Agreement shall constitute a waiver of any subsequent breach of the same or any other provision hereof, and no waiver shall be effective unless made in writing. - 4 - 91-- 627 E. Should any provisions, paragraphs, sentences, words or phrases contained in this Agreement be determined by a court of competent jurisdiction to be invalid, illegal or otherwise unenforceable under the laws of the State of Florida or the City of Miami, such provisions, paragraphs, sentences, words or phrases shall be deemed modified to the extent necessary in order to conform with such laws, or if not modifiable to conform with such laws, then sane shall be deemed severable, and in either event, the remaining terms and provisions of this Agreement shall remain unmodified and in full force and effect. VI. OWNERSHIP OF DOCUMENTS: All documents developed by CONSULTANT under this Agreement shall remain the property of CONSULTANT upon completion of the services required pursuant to Paragraph II hereof. CONSULTANT shall furnish and deliver to CITY fifteen (15) copies of the final report of consultant's findings and recommendations as required under Scope of Services. This final report may be used by CITY without any restriction or limitation. CONSULTANT agrees that all documents maintained and generated pursuant to this contractual relationship between CITY and CONSULTANT shall be subject to all provisions of the Public Records Law, Chapter 119, Florida Statutes. It is further understood by and between the parties that any information, writings, maps, contract do.cuments, reports or any other matter whatsoever which is given by CITY to CONSULTANT pursuant to this Agreement shall at all times remain the property of CITY and shall not be used by CONSULTANT for any other purposes whatsoever without the written consent of CITY. 1 VII. NON-OELEGABILITY: That the obligations undertaken by CONSULTANT pursuant to this Agreement shall not be delegated or assigned to any other person or firm unless CITY shall first consent in writing to the performance or assignment of such service or any part thereof by another person or firm. VIII. AUDIT RIGHTS: CITY reserves the right to audit the records of CONSULTANT at any time during the performance of this Agreement and for a period of one year after final payment is made under this Agreement. IX. AWARD OF AGREEMENT: CONSULTANT warrants that it has not employed or retained any person employed by the CITY to solicit or secure this Agreement and that it has not offered to pay, paid, or agreed to pay any person employed by the CITY any fee, commission percentage, brokerage fee, or gift of any kind contingent upon or resulting from the award of this Agreement. X. CONSTRUCTION OF AGREEMENT: This Agreement shall be construed and enforced according to the laws of the State of Florida and venue shall be in. Dade County. XI. SUCCESSORS AND ASSIGNS: This Agreement shall be binding upon the parties herein, their heirs, executors, legal representatives, successors, and assigns. 91— 627 XII. INDEMNIFICATION: CONSULTANT shall hold harmless and indemnify CITY against any injury, loss or Manage rising out of the negligent acts, errors or omissions of CONSULTANT. XIII. INSURANCE: CONSULTANT shall not commence work on this contract until it has obtained insurance required under this paragraph and such insurance has been approved by CITY. CONSULTANT shall maintain during the term of this Agreement the following insurance: A. An Automobile Liability Insurance covering all owned, non -owned, and hired vehicles in the amount of not less than $100,000 per person each, $300,O0O per accident for bodily injury, and $50,000 per accident for property damage. B. Professional Liability Insurance in the minimum amount of $250,000 covering all liability arising out of the terms of this Agreement. C. Workers' Compensation Insurance in the statutory amounts. The insurance coverage required shall include those classifications as listed in standard liability insurance manuals, which most nearly reflect the operations of CONSULTANT. CITY and CONSULTANT have discussed the risks, rewards and benefits *of the project and CONSULTANT'S total fee for services. The risks have been allocated such that CITY agrees th it to the fullest extent permitted by law, CONSULTANT'S total liability to CITY for any and all injuries, claims, losses, expenses, damages or claim expenses arising out of this agreement from any cause of causes, shall not exceed the total amount of $250,000.00. Such causes include but are not limited to the CONSULTANT'S negligence, errors, omissions, strict liability, breach of contract or breach of warranty. 7 - 9 -- 627 l0 All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida; and which are approved according to specification of the Risk Management Division of the Finance Department of the CITY. CONSULTANT shall furnish Certificates of Insurance to CITY prior to the commencement of the work which Certificates shall clearly indicate that CONSULTANT has obtained insurance in the type, amount and classification as required for strict compliance with this paragraph, and that no material change or cancellation of insurance shall be effective without ninety (90) days written notice to CITY. Compliance with the foregoing requirements shall not relieve CONSULTANT of its liability and obligations under this paragraph or any portion of this Agreement. XIV. CONFLICT OF INTEREST: A. CONSULTANT covenants that no person under its employ who presently exercises any functions or responsibilities in connection with this Agreement has any personal financial interests, direct or indirect, with CITY. CONSULTANT further covenants that, in the performance of this Agreement, no person having such conflicting interest shall be employed. Any such interests on the part of CONSULTANT or its employees, must be disclosed in writing to CITY. B'. CONSULTANT is aware of the conflict of interest laws of the City of Miami (City of Miami Code Chapter 2, Article V), Dade County Florida (Dade County Code Section 2-11.1) and the State of Florida, and agrees that it shall fully comply in all respects with the terms of said laws. - 8 - 91-- 627 j� XV. INDEPENDENT ENGINEERS: CONSULTANT and its employees and agents shall be deemed to be independent engineers, and not agents or employees of CITY, and shall not attain any rights or benefits under the Civil Service or Pension Ordinances of CITY, or any rights generally afforded classified or unclassified employees; further they shall not be deemed entitled to the Florida Workers' Compensation benefits as an employee of CITY. XVI. TERMINATION OF CONTRACT: CITY retains the right to terminate this Agreement at any time prior to the completion of the services required pursuant to Paragraph II hereof without penalty to CITY. In that event, notice of termination of this Agreement shall be i-n writing to CONSULTANT, who shall be paid for those services performed prior to the date of its receipt of the notice. of termination. In no case, however, will the CITY pay CONSULTANT an amount in excess of the total sum provided by this Agreement. It is hereby understood by and between CITY and CONSULTANT that any payment made in accordance with this Paragraph to CONSULTANT shall be made only if said CONSULTANT is not in default under the terms of this Agreement. If CONSULTANT is in default, then CITY shall in no way be obligated and shall not pay to CONSULTANT any sum whatsoever. XVII. NONDISCRIMINATION: CONSULTANT agrees that it shall not discriminate as to race, sex, color, creed, national origin or handicap in connection with its performance under this Agreement. - 9 - 91- 62'7 t Furthermore that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. XVIII. MINORITY PROCUREMENT COMPLIANCE: CONSULTANT acknowledges that it has been furnished a copy of Ordinance No. 10062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. XIX. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due to lack of funds, or authorization, reduction of funds, and/or change in regulations. XX. DEFAULT PROVISION: In the event that CONSULTANT shall fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then City,.at its sole discretion, upon written notice to CONSULTANT, may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to CONSULTANT by City while CONSULTANT was in default of the provisions herein contained, shall be forthwith returned to City. 10 - 91- 627 Furthermore that no otherwise qualified individual shall, solely by reason of his/her race, sex, color, creed, national origin, or handicap, be excluded from the participation in, be denied benefits of, or be subjected to discrimination under any program or activity receiving federal financial assistance. XVIII. MINORITY PROCUREMENT COMPLIANCE: CONSULTANT acknowledges that it has been furnished a copy of Ordinance No. t0062, the Minority Procurement Ordinance of the City of Miami, and agrees to comply with all applicable substantive and procedural provisions therein, including any amendments thereto. XIX. CONTINGENCY CLAUSE: Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and is subject to amendment or termination due -to lack of funds, or authorization, reduction of funds, and/or change in regulations. XX . DEFAULT PROVISION: In the event that CONSULTANT shall fail to comply with each and every term and condition of this Agreement or fails to perform any of the terms and conditions contained herein, then City,•at its sole discretion, upon written notice to CONSULTANT, may cancel and terminate this Agreement, and all payments, advances, or other compensation paid to CONSULTANT by City while CONSULTANT was in default of the provisions herein contained, shall be forthwith returned to City. - 10 - 91- 62'7 (3 XXI. ENTIRE AGREEMENT: This instrument and its attachments constitute the sole and only Agreement of the parties hereto relating to said grant and correctly sets forth the rights, duties, and obligations of each to the other as of its date. Any prior agreements, promises. negotiations, or representations not expressly set forth in this Agreement are of no force or effect. XXII. AMENDMENTS: No amendments to this Agreement shall be binding on either party unless in writing and signed by both parties. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed by the respective officials thereunto duly authorized, this day and year first above written. ATTEST: y Clerk ATTEST: corporate becngUry APPROVED AS TO INSURANCE REQUIREMENTS: CITY OF MIAMI, a Municipal Corporation of the State of Florida Me I MMOINS ,�. . CONSULTANT: Bliss & Nyitray, Inc. BY: IvX 0 tK17 Pi APPROVED AS TO FORM AND CORRECTKESS: City Atgorney 91 W- 627 CORPORATE RESOLUTION WHEREAS BLISS & NYITRAY, INC. desires to enter Into an agreement with the City of Miami; and WHEREAS, the Board of Directors at a duly held corporate meeting has considered the matter In accordance with the By -Laws of the corporation; NOW THEREFORE, BE IT RESOLVED BY THE BOARD OF DIRECTORS that the president and secretary are hereby authorized and Instructed to enter Into a contract In the name and on behalf of this corporation with the City of Miami upon the terms contained In the proposed contract to which this resolution is attached, an execute the associated performance bond. DATED this 1st day of _ July 1 19 91. CHA 1 RIOVASON-6F� BOARD OF DI Z. JOHN NYIT SECRETARY (Affix. Corporate Seal) ;TO BE USED ONLY IF BIDDER IS A CORPORATION) Rev. Jan. 1991 /5- 91-r 627 CITY OF MIAMI, FLORIDA 14 MITER -OFFICE MEMORANDUM CAm17 TO; Honorable Mayor and Members of the City Commission FROM DATE : AUG 2 B 1991 SUBJECT: Bayfront Park Settlement of REFERENCES Cesar H. O d i o ENCLOSURES City Manager RECOMMENDATION: FILE : Structures It is respectfully recommended that the City Commission adopt the attached Resolution authorizing the City Manager to execute a professional services agreement with the firm of Bliss & Nyitray, Inc., to assist in the investigation of the ongoing settlement problems of certain structures in Bayfront Park and recommend corrective measures for these structures. BACKGROUND: Over the last several years the north end of Bayfront Park has been redeveloped to attract large audiences and to assist in the revitalization of the park and downtown area. This redevelopment has included several large structures such as the amphitheater and light tower and several small accessory structures. Severe settlement problems are now occurring with some of these structures which could possibly lead to their complete failure. It is therefore incumbent upon the City to initiate an investigation into the cause of these settlement problems and to recommend corrective measures. The attached resolution and professional services agreement will allow the City Manager to engage the services of the outside consulting firm of Bliss & Nyitray, Inc., to further assist City staff by bringing in a greater degree of expertise to this investigation. The total expenditures for this contract will not exceed $7,500.00. c pt ,?—( 91-- 627 c I �e m ci a+ � C C � {il 1 O Q� •�Z7�C5•���Z71� m Ci 91-- 627 Q y �n a �$ N r Z RU p a A 7 y Q � N ri x N 9 � u � Y C C m a C O > U w C ti 0> � a ,. N u� 40 Lei A O N .0 0 U! �a.a u6 N W n ' fo Dv < di C1 v i•fJ N >1 w at ch I d E U a C an o �, � c 6 a p fe C m q ti ary 4 O r _� U C O `a 'A y U w M W 3 `. Q„• N N N d E E mmm a N �. f %Q� L E: h d N W M1 N Q• N w Ln C Z O tU. o a ra N Q O m q c c toC E� C 0 '0 E' fT j tl Y = � i • N N E H m 1 N V m Lj n s .Q. O 0. s Ca CJ O c E >d ao a cui vA ;; �`. N s V o a u ,•. Y j}w Y W G Yu [ V C Q C O Y v o �fw = � ° o .•. C .p+ N 'V u C C O 0 y ro o O. 5; O w E R N N u u w" Q 4} V c d fq to v V 4 Ga 0 n Lto,A a u c C Q e0 •� o Eoo•��se 06 W�WI0�xl.+l•i����� u 06 u u—Z u v V C C C X, L G+ U N U N O C S C rU. •r• u q v d C N 9 a r C w iv u o Y f6 > v G> O u u to L .p < < Gi G U GtIIW W �C 91- 627 l? T a s T T Af O d O O O G r E s -0i O IN ~ M%0� Q < N v W O� O M V V N � Cl U e„1 M H .7'O O .r .� �/ N• r N O Gi v �a z O a� a a C N O ` r L Y T •r q N Y q V q a cY C 44610 oo C M T `Y COOCO 0000010 '!! is M11 vL 2c t L �7� q aac+ O t^i. W ClGo 5ipu: a • • • • • • • • • r+ q L t4. L Ltd+• a ate tf1 •f1 3 to O O .A %O N O 7 go%a -0q �r� !1 v.. O O t.1 N w O O • ti a .r W O O en N %a •r •r -4 %a �• C1 0. N i0 o O •.•1 ., v v v •� V .- V a.1 q w N C L• C q A L• la V 1.4 �v a. c p`L q q V» A q V � .Ni > cm O� F ICU A AWJ , A �J d too • � p r O L • O 0 t r r 3 qq34� P; N N CO S m LL. to d u. IL 1+ m� tO� •92•t J z z ON V u u ., to q o N .-1 .-1 N .4 EQ Z a• z N L T t71 O to M M onN O C1 O� CD N xx N A W ft CiaCI 41L p... a T rw yY Cf�1A 00 0 0�0•V �• tl N ��+ 1. �I C C .• 4+ w y • C! 7 d1 rr L� Or•r s T yT �. CL1<� N CA�I.V• Y g an q oo r+1 L Yr � , •••L > •L GIr+L 04.Stl yNp yLN O V C r N 41 C .07 > C dn. OKL 7.01E L• S C_O CtOy, p N d ■ 0 7 � N 0 O Oc 9r w C 0 0 0 J O O O O O O z 1L1 tCf .-y 11 O O -J c N O L V L rO M. O 4a 4.�}_. M L. Z042� L a� t t� d L y r� qC ►�• • C q A Y •O .'� .7 Y 4 N Y �b f\ 4'► •-1 r t/l O tY C Y C 'O W N 61 O •J" CN..'a �N.•A• N'� a In N l�7 V M N4.0 OCL �, ixM 7OL VI40 C OO•+ V VlgA • yy to q tJgN«g1 Cl N r O � C1 O C S C al A O 0 :•�« E V N L C 16)O g1� y (n d 1 i[ V VL7 1A U J P r 41 C V 7 •t! �- 61 .� to t1. r. .• a A ■ T 0A ` L_V L. A N T�CN L �O L V•rq L. NJ .Ni .Ni ` x _VOL Y I As CL J M ) r cc 00 • jQ,ti ••q+,C V >I8 •♦t L •L.� N L q •q O OV • N qN 7 'CO Y O C1L N !N Hv i•1 •+ V A O q N O 2 � L C .+ r tJ 1 ++ C L •c O NO N O �s1 O y O to +` H t.- •GILL w%w �tOgO mW{v ukau '7^Z v ••-1 •-�..` A a •., N M a to tp 00 •a a`. `+u •p•ui •�-1 %a N N N' •�'1 ••-1 tp M N Iwo E 'a Z E o Lc• � a V s s O " u �o •.1 � to r. en � a .r '-� ° a`.9 ...• •r r.t ..• .-. N N to S V 0 QQ O O O O O O O O a w SQ 00 N :• •ti v0 G,� N t�'f P�•'1 �O O4 N6n •"1 Q� O OO 00 O O ON 1-� 91- 627 a a?1 T 001 T T T .�71 .7% m O O J O oop C4 cmO M G A G N ~ O G � M N h M q MI •J ♦/ A u ev T e e e A CI r • L CJ CI CI .�• CI A O L 00 CIA pl q CI N L CI v .� O t� CI v A CI C CI v p •e oe r CI.. �. OC •• v CC ,• of of r L iLL A L r L L q vv L L +� Y. O N• %- O L w 0 v 3+ O N O C r OL O•: W v • as A— 10 w Y L q O� U. v A O CLr LL Or LV v Y L 4f O 41 L 440 N� O.- U. v Ni• CI v CI Ca N O L• N 0 C v O 0 .� elm L. A CI • L• A N 0..• VI U. U. L • A CI CI IaC = T A T • O CI A L fu ow C ow O CI LaiL 2010 CD N L CI to • CO N 0 s CON •• S v m N • J O C •A N ANY LL. v 1 7 .� •q N Aq v LSO N qq J A �I A Y�CI N qA A L Ln2 N.. vC C A =O. vt 31oL vt v O a4A vt 0to 43 r7 ry-1 rq � rq �N N rA .ry VCil O^ S7 • ZN L.tyC►t� O•� Oti Or CL 16 • Z. �q M Oa �A L C .�q Oq r rq �j l� N. ^7 = LL H Li 03 Lar 1� tlC LA L/ S L� 1•• Z VI L6 CI C T' r d T a C A N N C t9 .a: q N \ 4f c Cqr N •� r T CI y V L .� Y CI CI A IVA 00 X r OL 7 a v L C CIW N.O Y Lq` L. j S r q \v r ^ C r "�C1c `^! isr xaLL NN G �'.. L Nq A t7 O C[q 09 m rv•� r Civc �> .=i Nr i.i L ^v �. W T CCIW ,v"= C^IL iia q 0 .12 �.• A v s C r > r O rr4 A COTc 7� aqC v LCto 40 = Ifr L•�+O W L CI :I S LA. CCU COL Y N� *Am— 7 7 M 7 a L42 Ch CI U. U. •+ O 102 NUN C 0 C\/ . L V CI 00 . w CI L. Y. CI 41 C �O "" m 0 v O. CMS IA L r M. w f. L I.1 L CM' O N L — . N CI C � W Igo N V• _ N .V r /C U. yWY. L 0602 CIO L. U. cA CIT Lv wAL AYLO L. O O CMS cCLA. rCLL J CIC' m LCTA i tiyp r.. U CI O L Y. C/w CI+i O a C O. rT wT y V L y r q c rV• LL O.� cU. N4Ar N A 7.. . Ci W A a W%. O dtv wW LO yL C.iC�; �r� N=�^ LY. L • Or C x j L L W q CI CV•v AO L .. c 431, r T Lv QI !�v .1[ U. K oL �oC li « C s Lt. r 0 c 'O A q CA A � � C 7 ; CO 61 .• �O N.� N A • ss L 7 c L .L1 g I N i L N T q ►� q.. A U. ilr 0 CI y CI Y q to L. q r CI A r i3. 0 A 2 0 cu L L CI r dl A O O A 1� J A Q J CO 2 v p L N r O C/ 0 41 1 AL 0< 0 Ip L y q v . L AC O M 60 4A W *+ c O C[ y r+ C J q a to i Qa CI iYit1 T CC T N O 1 • NN C 1 L LilfiC O •+z'r Y qA O O d Y r r •• N L. C O L N N qA L CL L N I 7 N CI�CI C! a i0 ` y r DLO O ... qr L LatN rN NCA MAC .� O MI O H O r� O c q L= O P CI .� T I r l A .7 Q to W O 81,► � .• O CI L L yg CLOG O -0 1 A Lfl MaI h•U OVf .rinL& LA•yLV U."O19 i..>Hym OrwLA. Z LA. Ol•O&4 S4JS VI La. Ca <OCLLL U.gLA. 0o c1 0 « N M v In �o n pp C% to to ti t� ti to u to to c.► ; = a` � N A V N tp� cn � M e'N'1 M A rn CY NS en I ty ^ 03 0o a o0 o/v o0 o te01 eN ao e'a'9 0 e�•f 0z /q 91- 627 V7 W-!71 Ow cn of �► ..4 � .T.t .4 ., .+ ., .ai , . .�.t 0 � 0 s S v A e Y v � N Y N tJ M L ♦1 N • Y • Or a A00, r • Y C� >L �' C ♦t L C/ YL` tJ O •O O O r tl WC + O A .a: �_ A r tJ r T O r A p N T A U. tJ � is 110.1 < � ti e w • OCr S O 4c ��••... .-. r v < v +. Vol A t •� �� A t ^ ✓O A dL. O L O >� N L = d ay "7 T t.i 0 zpc 7� W Y'•. 7 U. w a �� oIr C a .- Y L • Y Y • w w w • Os'' C� CA ~ +•O L. N a+C Y +• CN Y • AY ti M N • �.+ Y •A = J • +` Y,� 6i O W v C 11 u u� �43 v Y v h . • v A •� YL Y O NN A O tO CI W^ `� p '7 T 40 tJZ O= Z iu A T OZ N�.. S. CZ .Jli =J I- V K u E L z V w u e Iota OI C A � OI G pr C V r tJ �p � ti L 7 tar Y �qaS.. L> S. ~ & �Y CL O v • O C N M M A !0 N L A L r Y N A >� �L/ Z < O L V ti q d �� �S < v < L" al to Cvl .y A tYif 410 ^y Lq 0 4 C YS�� s A p C C CC/^COa A O. A !�� wg� 1.. = S s A v a rr O Y v 41O1r A p d C O t� O L 1 L C A C O W C I A q T<L9 y L. LdO COY►a .ocf. W V yrA0 Lrup%- . Tr Y+�CL yv.� YW W a CLN 1^i c• +. N �61 rTa.ly �O .• ?r ♦t ms ' p z CN < O A p tA:; O O A A r+m • 1 O O C v A Y L p M t/f 0 C a C r 7.� Y H T Y OIL T T t` 7• .J • N A La. C C 4.100 r +� Z S L — m W p r A A N L. .ai V 41L.• Z �O 1 4 S m tL YtS 4+ 'o's C tlC Z • t+ 6�.� ■ Oi +� Y �L 01 O M 91 a+ Y 2 t/f a� • 'u t=.► v A T L> Y �C wr pCta. A t N A Yrr+ 1- •Vr+a -u add\ •Y ONtYN O L A 1- 11 1 00 C Vita. L !�AL C •r C A OIL.� t>a 3a N w OIC Oft +• WO a A LNC CI O O V Y L.N •+ >T a• • �+ N•�Y O Y C Y NT p +/ >" tY !1O4aY O rC 0 L NO t �+N C YYA OAT (1 L.OV•r �r Arr ^ir w 1 CZ �+•� a1NN •� .. N to rVl A A �m Y G> ■ w OI� tJ" A t�.•r OT L cx1. Cr 4A ,Ny LU 141.E al 7 !%YL /+C C C _ �Mp 4< YO�O • r�N.� _Ntq[� N V ZGA.'7 LZ�<O ZL,w NW1+ f.7wiAi _ w Z aYcoYes ['7ta.•C Jn1�� SISt� ciO= E u_ N N H N .. N N 0% C " ri N 1`/ ;F-�t V ,� R Q tl Li u 4 6i U C 7 V v M V eee+++��� t•O� a�► �qp 0 1. V � N N N O Fr [ a0 SO �O O� fn N fn 9.4 1a oc OV O .r N 91-- 627 Bliss & Nyilrey Inc. Cormulling Engineers REPRESENTATIVE PROJECTS 91- 627 OFFICE BUILDINGS PROJECT BRONARD COUNTY JUDICIAL COMPLEX RIVERSIDE CENTER CAPITAL BANK CENTER TWO TWENTY ALHAMBRA SOUTHERN GATEWAY CENTER THE 110 TOWER SUN BANK CENTER CROCKER CENTER FIRST FLORIDA PLAZA BUILDING GOVERNMENT COMPUTER CENTRE SANDLAKE IV ROYWEST BANK/OFFICE U.S. FEDERAL COURTHOUSE VENTURE CORPORATE CENTER CAROLINA POWER i LIGHT BUILDING 36TH STREET THCHNIPORT COMPLEX LANDMARK .BLINK BUILDING AMERICAN NATIONAL BANK PONCE DE LEON PLAZA FLORIDA POWER CORPORATION ROYAL TRUST BANK BUILDING LOCATION Ft. Lauderdale, Florida Miami, Florida Ft. Lauderdale, Florida Coral Gables, Florida Orlando, Florida Ft. Lauderdale, Florida Ft. Lauderdale, Florida Boca Raton, Florida Sarasota, Florida Grand Cayman, British West Indies Orlando, Florida Grand Cayman, British West Indies Orlando, Florida Hollywood, Florida Raleigh, North Carolina Miami International Airport, Florida Ft. Lauderdale, Florida St. Paul, Minnesota Coral Gables, Florida St. Petersburg, Florida Coral Gables, Florida 91-- 627 PARKING STRUCTURES PROJECT SCOPE BROWARD COUNTY 6 Levels; 2500 Cars CONVENTION CENTER (Design/Build) Ft. Lauderdale, Florida THE FALLS REGIONAL MALL 4 Levels; 3100 Spaces Miami, Florida (2 New Structures and Expansion of Existing) RIVERSIDE CENTER 7 Levels; 500 Cars Miami, Florida (Designed for Future Expansion to 13 Levels) TWO TWENTY ALHAMBRA 5 Levels; 420 Cars Coral Gables, Florida HOTEL MUTINY 3 Levels; 188 Cars Coconut Grove, Florida SUN BANK CENTER 5 Levels; 675 Spaces Ft. Lauderdale, Florida GENERAL DEVELOPMENT CENTRE 8 Levels; 1074 Spaces Miami, Florida (Design/Build) SOUTHERN GATEWAY CENTER 7 Levels; 680 Cars Orlando, Florida (Designed) COCO WALK 4 Levels; 600 Spaces SPECIALTY CENTER (2 Levels Underground) Miami, Florida CAPITAL BANE CENTER 5 Levels; 670 Spaces Fort Lauderdale, Florida THE IVES PARKING GARAGE 2 Levels; 447 Spaces Miami, Florida MEMORIAL MEDICAL CENTER 5 Levels; 500 Spaces PARKING GARAGE (Design/Build) Jacksonville, Florida CROCKER CENTER 4 Levels;'804 Cars Boca Raton, Florida J r� DATE 1990 1991 1991 1991 1991 1991 1989 1990 1989 1988 1988 1988 a3 t o SPORTS, RECREATIONAL AND ASSEMBLY TYPE FACILITIES PROJECT LOCATION MARYLAND STADIUM Baltimore, Maryland 47,000-Seat Baseball Facility for the Baltimore Orioles (Under Construction) BROWARD COUNTY CONVENTION CENTER 370,000 SF Convention/Exposition Facility (Under Construction) CAROLINA STADIUM 701000-Seat Football/Soccer Facility (In Design) DARLINGTON INTERNATIONAL SPEEDWAY Phased Expansion to 50,000-Seats (In Design) JOB ROBBIB STADIUM 75,000 Seat Football Facility JOB ROBBIB STADIUM Conversion for Baseball Use (In Design) . NAPLBS SPORTS COMPLEX 6000-Seat Baseball Stadium and Major League Spring Training Facilities (In Design) HOMESTEAD SPORTS COMPLEX 6500-Seat Baseball Stadium and Major League Spring Training Facilities (Under Construction) WEST PALM BEACH MUNICIPAL STADIUM Master Planning FLORIDA FIELD, University of Florida 10,500-Seat Expansion (Under Construction) Fort Lauderdale, Florida Charlotte, North Carolina Darlington, South Carolina Miami, Florida Miami, Florida Naples, Florida• Homestead, Florida West Palm Beach, Florida Gainesville, Florida LEE COUNTY SPORTS COMPLEX Fort Myers, Florida 7500-Seat Baseball Stadium and Major League Spring Training/Community Recreation Facilities (Under Construction) UNIVERSITY CENTER AND Tampa, Florida SPECIAL EVENTS CENTER University of South Florida ORLANDO ARENA - 16,000 Seat Facility Orlando, Florida Value Engineering Consultant to Owner 21 9 - 627 INVESTIGATIONS, REPORTS, RESTORATION, REPAIR, & EXPERT WITNESS PROJECT LOCATION CA14DEN PARR WAREHOUSE Baltimore, Maryland Renovation of 425,000 SF Historical Building as Part of the Maryland Stadium Project PIER HOUSE HOTEL Rey West, Florida Investigation & Report of Structural Deterioration & Repair .Procedures HURRICANE GILBERT Grand Cayman, BWI Evaluation of Storm Damage to Various Facilities MONTAGU BEACH HOTEL Nassau, Bahamas Investigation & Report of Structural Deterioration, Corrosion Damage & Repair Procedures BONEFISH TOWERS Marathon, Florida Investigation of Corrosion Damage & Concrete Deterioration, Recommendations for Restoration including Cathodic Protection BURGER RING WORLD HEADQUARTERS SEAWALL Miami, Florida Evaluation & Repair of Existing Seawall, Design of New Seawall THE !TALL AT 163RD STREET N. Miami Beach, FL Investigation. Restoration, Renovation and Foundation Underpinning CARIBBEAN BEACON Anguilla, BWI Investigation, Report & Expert Witness HAVEN HOTEL Winter Haven, FL Investigation, Report, & Restoration COASTAL TOWERS Boynton Beach, FL Investigation, Repair and Underpinning of Failed Floor System 91- 627 E; E7 PAGE 2 WHALE POINT CLUB Investigation & Report of Structural Deterioration GABLES PLAZA Investigation & Structural Repairs to Failed Recreation Deck, Expert Witness 10,000 PLAZA Investigation & Structural Repairs NAUTILUS HOTEL Investigation of Hurricane Damage ICING'S INN Fire Restoration PALMS OF KEY BISCAYNE Evaluation of Existing Structure HOLLYWOOD GARDENS Evaluation of Existing Structure HOLIDAY INN Investigation & Report of Structural Deterioration Eleuthera, Bahamas Coral Gables, FL Bay Harbor Island, FL Ft. Lauderdale, FL Freeport, Bahamas Miami, Florida Hollywood, Florida Freeport, Bahamas MIAMI COLONIAL HOTEL Miami, Florida Hurricane Damage, Evaluation & Repair 40-year recertification of structural adequacy of numerous facilities throughout South Florida. (004(7-a(o 91-- 627