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