Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Response
INTERIORS ENGINEERING ARCHITECTURE PLANNING CITY OF MIAMI MIAMI, FLORIDA ARCHITECTURAL AND ENGINEERING SERVICES FOR SHENANDOAH PARK AND NEW SWIMMING POOL FACILITY B-4063 RFQ No. 14-15037 EXCELLENCE BEYOND EXPECTATIONS EXCELLENCE SECTION A l . Table of Contents 1 2. RFQ-PL — Proposal Letter 2 3. RFQ-N — Proposal Narrative 3 4. RFQ-QP — Qualifications of Proposer 4 - 8 5. RFQ-QT — Qualifications of Proposer's Team 9 - 10 6. Team Organizational Chart 11 7. RFQ-PP- Proposer's Project Experience 12 - 16 8. RFQ-PP-R — Proposer's Reference Forms 1 7 - 21 BEYOND EXPECTATIONS TABLE OF CONTENTS SECTION A 1. Table of Contents 1 2. RFQ-PL — Proposal Letter 2 3. RFQ-N — Proposal Narrative 3 4. RFQ-QP — Qualifications of Proposer 4 - 8 5. RFQ-QT — Qualifications of Proposer's Team 9 - 10 6. Team Organizational Chart 11 7. RFQ-PP- Proposer's Project Experience 12 - 16 8. RFQ-PP-R — Proposer's Reference Forms 17 - 21 1. RFQ-DPP — Design Philosophy & Process 2. RFQ-T — Technical Approach SECTION B 22 - 23 24 - 25 SECTION C 1. RFQ-LA — Qualifications of Lead Architect 26 - 29 2. RFQ-LA-R — Lead Architect Reference Forms 30 - 33 3. Resume of Lead Architect 34 4. RFQ-PM — Qualifications of Project Manager 35 - 36 5. RFQ-PM-R — Project Manager Reference 37 - 38 6. Resume of Project Manager 39 7. RFQ-EE — Qualifications of all listed Engineers* 40 - 49 8. RFQ-EE-R — Engineer Reference Form* 50 - 60 9. Resume of Engineer* 61 - 65 10.RFQ-WC — Workload Capacity (Proposer's current work load) 66 - 85 * Forms RFQ-EE, RFQ-EE-R, and Resume of Engineers are for each and every engineer ... (Mechanical/Plumbing, Electrical, Structural, Civil, and Aquatics personnel) 1. PSA or Agreement Provisions (Exhibit A) 2. Acknowledgment of Addenda 3. RFQ Response Forms (Section 6.0, 6.2.1, 6.3) 4. Joint Venture Eligibility - Form A (not applicable) SECTION D USB Drive 86-87 88-91 92 - 93 SECTION E 1. Letter of Agreement (LOA) 94 2. Form C-1 List of Sub consultants 95 3. Certificate of Compliance 96 4. Copies of Local Office CBE Certification of Bonus Points Participation 97 - 99 5. Notice of Qualifications (FDOT) 100 LEDADALY1CD 1 Request for Qualifications Proposal Cover Letter RFQ TITLE: Shenandoah Park and New Swimming Pool Facility B-40563 RFQ No.: 14-15-037 Proposer: Name: LEO A DALY Address: 5200 Blue Lagoon Dr., Suite 700, Miami, FL. 33126 FEIN #: 47-0363104 Florida Corporation No.: 816934 Proposer's Contact Person: Name: Rafael Sixto, AIA, LEED AP Title: Vice President, Managing Principal Telephone #: 305.461.9480 E-Mail: RSixto@leoadaly.com Certification of Compliance with Minimum Qualification Requirement(s) By signing below the Proposer certifies that it meets the minimum requirements set forth in the RFQ. Proposer's Authorized Representative: Name: Rafael Sixto, AIA, LEED AP Title: Vice President, Managing Principal Signature: Date: 4,)-// 2//10, 2 Form RFQ-PL Request for Qualifications Proposal Narrative Form RFQ Title: Shenandoah Park and New Swimming Pool Facility 8-40563 RFQ Number: 14-15-037 Name of Proposer: LEO A DALY In the space provided below respond to the requirements of the RFQ. Please state why your firm should be selected to provide Professional Services for the Project. Proposal Narrative: LEO A DALY is pleased to submit this response to the Request for Qualifications for Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility. As prime architect, LEO A DALY will lead the team. LEO A DALY was established 100 years ago and has had a South Florida presence for the past 46 years. With offices in Miami and West Palm Beach, as well as 29 other locations nationally, we have successfully served many municipal clients in projects large and small. I currently serve as the Managing Principal of the Miami office, which together with the West Palm Beach office consists of nearly forty architects and interior designers. The balance of our team complements LEO A DALY's master planning and pool design experience. This team includes Aquadynamics Design Group - pool design consultants; Kimley-Horn & Associates, landscape architecture and civil engineering; BNI Engineering — structural engineering; Martin Vilato Associates — mechanical, electrical and fire protection engineering; and NOVA Engineering — geotechnical services. Other disciplines and team members available to us if needed for the master planning exercise include surveying, underground utility location, and environmental assessment and are led F.R. Aleman & Associates and the environmental engineering branch of NOVA Engineering respectively. Sergio Pendas, NA will provide day-to-day project management services for LEO A DALY and will be the single point of contact through which all communication is routed. Sergio is a registered architect with over twenty five years of experience including ten years in the LEO A DALY Miami office. He is highly qualified in project management for recreational facilities. Ron Wiendl as Lead Architect and George Puig as the landscape architect will collaborate closely in design. Ron has extensive master planning and pool design experience including projects with significant pool and bathhouse components — Ibis Golf and Country Club, Bocaire Country Club Renovation/Expansion, and Woodfield Country Club Expansion, George Puig's extensive experience with municipal parks will complement Ron's experience. George's resume includes parks designed for the City of Miami including Regatta Park and the Coral Way Community Center Playground. Similarly, Aquadynamics Design Group will complement the LEO A DALY team's substantial experience on aquatic facility projects by lending technical engineering expertise in pool design. LEO A DALY believes in the early involvement of stakeholders in the design process. Community involvement is core to our approach. We seek to understand your needs and concerns as well as all stakeholders to achieve a design solution which exceed expectations. Excellence beyond expectations is our motto. We are capable and eager to deliver innovative solutions that will enrich and enhance the neighborhood around Shenandoah Park. Enclosed you will find more information on our design philosophy and approach, technical approach, resumes, project experience and other related information that attests to our team's vast and varied experience. We are very excited about the prospect of being retained by the City of Miami. I look folward to your positive response. afael Sixto, AIR, LEED AP Vice President, Managing Principal 3 RFQ-N Request for Qualifications Qualifications of Proposer Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a Response as non- responsive. RFQ Solicitation No.: 14-15-37 Name of Proposer: LEO A DALY RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Primary types of services provided (residential, residential high-rise, mixed use, offices, park facilities, gov't offices, etc.): Park Facilities; Government Offices; Local Agencies; Healthcare; Aviation; Corporate Office; Hospitality; Higher -Ed Type of Firm: nCorporation f LLC ❑Partnership nSole Proprietor ❑Joint Venture 111Other'"'e"o'DP5iJn 4 Certified Small or Minority Owned Business: Yes ❑ No ■ Issued By (name): Type of Ownership Certification(s): Is this the Proposer's Office its main office? Yes n No n If No, main office location: Omaha, NE Will Proposer rely on any other branch or subsidiary office to perform the work? Yes n No I■I If yes, location of these offices: Number of years in business under current name: 100 . If firm has undergone a name change in the past 5 years, provide prior name & number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design -Bid Build: 19 Private Sector: 21 Design/Build: 2 Federal Gov't: 3 State/County/Municipal: 32 CM@Risk : 35 N/A City of Miami: Name of Projects: Moore Park Renovation; Melreese Clubhouse / Restaurant Miami Marlins Ballpark Garages Residential/Residential High-rise: 2 Office: 3 Retail: 0 LEED or Green Globe Certified Projects: 4 Other (specify): Public Institution-18; Healthcare-3; Educational Facilities-17 Mixed Use: 13 Page 1 of 3 4 RFQ-QP Request for Qualifications Qualifications of Proposer Form RFQ-QP Number of Employees: 39 Licensed Architects: 17 Licensed Engineers 0 LEED-AP Professionals 14 Licensed General Contractors 0 . Licensed Surveyors CTQP Licensed Inspectors 0 Other(list) Interior Design: 4 List, explain and provide the status of all claims, lawsuits, and judgments pending or settled within the last 5 years: (add additional pages if necessary) See following page '5-Year Claim History' Brief History of the Firm: In the remaining space on this page provide a brief history of the Proposer's Firm: FIRM PROFILE Strong client relationships have helped Leo A Daly become a leader in the design of the built environment, and one of the largest planning, architecture, engineering, interior design, and program management firms in the world. Since 1915, we have had an unyielding focus on design excellence to create exceptional spaces that enhance and enrich the human experience. Our privately held practice has more than 800 design and engineering professionals in 32 offices worldwide. Lockwood, Andrews & Newnam, Inc. (LAN), a division of Leo A Daly, extends our capabilities in engineering, infrastructure consulting, and program management. LEO A DALY is a full -service, multidisciplinary firm providing services in planning, architecture, interior design and engineering. Our headquarters is in Omaha, Nebraska. In Florida, we have 37 enthusiastic, talented professionals in Miami and West Palm Beach, Florida. OUR UNDERSTANDING: Shenandoah Park and New Swimming Pool Facility improvements must foster a unique sense of place for the City of Miami and the neighborhood community. At Leo A Daly, we know a successful team will save time and money. Families today, more than ever before, are placing greater demands on local communities for recreational facilities and programs. Expectations for quality facilities and services are at an all-time high. These changes have a direct impact on parks and recreation facilities that have not been modified to meet the changing needs. Our Architectural and Engineering team understanding is to assist the City with the improvements needed, which will improve Shenandoah Park and New Swimming Pool Facility efficiency, bring it into compliance with current regulations, provide a safe swimming environment which will meet the needs of area residents, and provide a cost effective facility. NUMBER OF YEARS IN BUSINESS LEO A DALY is celebrating our 100 year anniversary this year. We have held a letter of incorporation in Florida since 1968. Page 2 of 3 5 RFQ-QP Request for Qualifications Qualifications of Proposer Form RFQ-QP List below the names of owners, officers, principals, and the principal -in -charge -of the Proposer's firm together with the title and percentage of ownership (add additional pages as necessary): Name Title % Ownership LEO A DALY Trust Shareholder 92.3% Rosemary Daly Shareholder 6.4% Leo A Daly Shareholder 1.3% By signing below Proposer certifies that the information contained in Form RFQ-QP is accurate and correct. Proposer further certifies that it is aware that if the City determines that any of the information is incorrect or false the City may at its sole discretion reject the Response as non -responsive. • By: 4.a.//9// , Date Signpre of Authorized Officer Rafael Sixto, AIA, LEED AP Printed Name Vice President, Managing Principal Title Page 3 of 3 6 ocn no CONFIDENTIAL THIS DOCUMENT IS CONFIDENTIAL. The information provided in this document is considered confidential business information for the purpose of the Freedom of Information Act and/or any other applicable public records law. This document may not be disclosed to any party other than the intended recipient(s). If you have received this document in error or if you are not an intended recipient of this document. please destroy any and all copies of this document in your possession. Nothing herein shall be construed as an admission of liability. LEO A DALY COMPANY AND LOCKWOOD, ANDREWS & NEWNAM, INC. A LEO A DALY COMPANY 5-Year Claim History As with any major, international architecture and engineering firth, LEO A DALY Company and LOCKWOOD, ANDREWS & NEWNAM, INC., a wholly owned subsidiary of LEO A DALY Company, have been involved in litigation from time to time. None of the past claims, however, have materially affected LEO A DALY and LOCKWOOD, ANDREWS & NEWNAM's ability to perform its services for its clients or comply with its contractual obligations. The following is a historical summary of LEO A DALY and LOCKWOOD, ANDREWS & NEWNAM's litigation history instituted or settled in the past five years. On average, LEO A DALY and LOCKWOOD, ANDREWS & NEWNAM have 1600 projects in any given year, with most projects lasting 3-years or longer. When reviewing the following claims, consider that, over the last five years, LEO A DALY and LOCKWOOD, ANDREWS & NEWNAM have worked on approximately 8,000 projects. LEO A DALY and LOCKWOOD, ANDREWS & NEWNAM are proud that the following number of disputes represents less than 0.25% of all of LEO A DALY and LOCKWOOD, ANDREW's projects. Many of the following claims were settled without significant contribution from LEO A DALY. Unfortunately, the terms of the respective settlement agreements preclude LEO A DALY from disclosing the terms and conditions of those agreements, including settlement payments, to third parties. LEO A DALY can confirm that none of the following claims exceeded the amount of LEO A DALY's insurance coverage. If there are any questions regarding this claim disclosure, please contact LEO A DALY'S General Counsel at (713) 821-2100. 1. Selena Gillespie v. Ashford Hospitality Prime, LLC, Ashford Gateway TRS Corporation, Marriott Hotel Services, Inc., Leo A Daly Company, Mambo Contractors, Inc., Onyx Construction Group, LLC, F.K.A. Mambo Contractors, Inc., Cabling Solutions of Rutherford County, LLC; Eastern District Court of Virginia Alexandria Division; 2015; PENDING Personal injury claim brought by Plaintiff against LEO A DALY and LEO A DALY'S client. Plaintiff was allegedly injured when one of the lighting fixtures detached from the ceiling shortly after the fixture had undergone maintenance activities. LEO A DALY had denied the allegation. 2. Xavier University of Louisiana v. Blitch-Knevel Architects, LLC, f/k/a Blitch Knevel Architects, Inc., Leo A. Daly Company, Lucien T. Vivien, Jr., and Associates. Inc., Landis Construction Company, LLC, New Orleans Glass Company, Inc., Trison Constructors, LLC, n/k/a Trimark Constructors, LLC, Carriere-Stumm, LLC, f/k/a Carriere- Stumm, Inc., Rush Masonry, Inc., Thrasher Construction, Inc., and A.H. Guthans„ Inc.; Parish County, Louisiana; 2015; PENDING LEO A DALY only recently received notice of this claim and is in the process of determining the extent of LEO A DALY's involvement. At this time, LEO A DALY has no reason to believe that it has done anything wrong and plans to deny any such wrongdoing. 3. Boring & Tunneling Company of America v. Modjeski & Masters, Inc., Lockwood, Andrews & Newnam, Inc.; Harris County, TX; 2013; DISMISSED This is a third party action brought by a subcontractor against LAN. LAN was engaged by a subconsultant, Modjeski & Masters (M&M), a Third -Party. BorTunCo was unable to complete its work using an alternative tunneling method it requested to use. Because this method of construction failed, BorTunCo is attempting to claim that LAN and M&M were responsible for BorTunCo's failure. LAN has denied any liability. Lockwood, Andrews & Newnam, Inc., was dismissed from the case. 7 CONFIDENTIAL 4. Danielle Wear vs. LEO A DALY; Harris County, TX; 2012; SETTLED Personal injury claim brought by Plaintiff against LEO A DALY and LEO A DALY's client. Plaintiff was allegedly injured after tripping on a joint in a walkway designed by LEO A DALY. This matter was settled without a finding or admission of fault. 5. City of Hillsboro, Texas v Lockwood, Andrews & Newnam, Inc.; Hill County, Texas; 2012; SETTLED Client alleged that certain portions of LAN's design contained errors or omissions. The parties settled the matter without an admission or finding of fault. 6. LEO A DALY vs. Los Angeles Community College District, FTR International, Inc., Arch Insurance Company; Los Angeles County, CA; 2012; SETTLED LEO A DALY filed a suit against the Payment Bonds for services purportedly furnished to the Projects known as the West Los Angeles College Watson and Teaching Center. Arch, as surety, had executed a labor and material payment bond on behalf of FTR, as principal in connection with each of the Projects. This matter was settled without an admission or finding of fault. 7. Comfort Systems USA v Safeco Insurance Company; Ft. Detrick, MD; 2012; SETTLED Mechanical subcontractor filed a payment bond claim against contractor. Contractor is disputing payment to the subcontractor because the equipment installed is not performing according to performance specifications. Although no claim was made against LEO A DALY, LEO A DALY provided technical support to Contractor in its resolution of the matter. 8. Commonwealth Ports Authority v. Boeing and LEO A DALY; Saipan, Commonwealth of the Northern Mariana Islands; 2011; SETTLED Owner alleged that there was a design error. LEO A DALY has denied the claim. The parties have resolved this matter without a finding or admission of fault. 9. Harris County Sports & Convention Corporation v Lockwood, Andrews & Newnam, Inc.; Harris County, Texas; 2011; SETTLED Owner alleged that certain portions of LAN's design contained errors or omissions. The parties have resolved this matter without a finding or admission of fault. Settlement reached in October, 2012. 10. Commonwealth Ports Authority v. LEO A DALY; Tinian, Commonwealth of the Northern Mariana Islands; 2011; SETTLED Client alleged that there was a design error. LEO A DALY has denied the claim. The parties have resolved this matter without a finding or admission of fault. 11. Ventura County Community College District vs. LEO A DALY; Ventura County, CA; 2010; SETTLED Client alleged it suffered damages from a construction defect based on a portion of LEO A DALY's design. This matter was settled without a finding or admission of fault. 12. Ellen Neiman v Santa Monica Community College District; Los Angeles, CA; 2010; DISMISSED Plaintiff alleged that she suffered injuries after slipping and falling because of construction defects related to the Main Stage Theater. LEO A DALY was the Architect of Record. LEO A DALY was dismissed from the case. 13. City of Miami Parking Garage; Miami, FL; 2010; SETTLED City alleged structural design issues. LEO A DALY's subconsultant was responsible for those issues and assumed full responsibility in resolving the matter. The matter was settled without a finding or admission of fault. 8 Request for Qualifications Qualifications of Proposer's Team Instructions This form is to be completed and submitted in accordance with the RFQ requirements to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non- responsive. RFQ Solicitation No.: 14 15 037 Name of Proposer: LEO A DALY Subconsultants: Name of Firm elAquadynamics Design Group, Inc. Martin-Vilato Associates, Inc. Kimley-Horn and Associates, Inc. Bliss & Nyitray, Inc. F.R. Aleman & Associates, Inc. NOVA Engineering/Environmental CMS, Inc. Page 1 of 2 RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Office Location: City/State Miami/Florida Miami/Florida Miami/Florida Coral Gables/Florida Doral/Florida Fort Lauderdale/Florida Deerfield Beach/Florida Discipline(s) to be provided License No. LEED Certified Staff Aquatics Engineer PE 4694 Mechanical, Electrical, Plumbing Engineer Civil Engineer and Landscape Architect Structural Engineer and CEI Services Land Survey & Underground Utility Location Geotechnical/Environmental Services Cost Estimating PE 3368 PE 696; LC000219 PE 674 PSM LB6785, PE 4658 PE 27772 N/A Yes ❑ No Yes ❑ No 171 Yes I1 No ❑ Yes 171 No ❑ Yes ❑ No Yes ❑ No Yes ❑ No Yes ❑ No El Yes ❑ No El Yes ❑ No ❑ RFQ-QT Request for Qualifications Qualifications of Proposer's Team Key Personnel Only include personnel who will play a key role in the Work. Do not include personnel for positions such as CADD Technicians, Inter or Associate level staff, and other similar support personnel. As stipulated in the RFQ a 1 page resume is to be included for each of the key personnel. For Miscellaneous Services Agreements the Project Manager will be the lead point of contact for the City. Name Sergio Pendas, AIA Ronald Wiendl, AIA Rafael Sixto. AIA El Ofelia Taboada, PE Ricardo A. Martin Enrique G. Vilato, PE Paul A. Zilio, PE Alberto Herrera, PE George Puig, RLA Role Project Manager Lead Architect Principal -In -Charge Aquatics Engineer Mechanical/Plumbing Engineer Electrical Engineer Structural Engineer + CEI Civil Engineer Landscape Architect Fernando Z. Gatell, PSM Land Surveyor Ivan Marti Brendan Larkin Jamey Cote Underground Utility Location Geotech/Environmental Contamination Assessment Keith Emery Cost Estimator Page 2 of 2 Name of Firm LEO A DALY LEO A DALY LEO A DALY Aquadynamics License No. AR 13943 (FL) 030433-1 (NY) AR 11543 (FL) PE 55393 (FL) Martin-Vilato Associates PE 16390 (FL) Martin-Vilato Associates PE 11684 (FL) Bliss & Nyitray, Inc. PE 47013 (FL) Kimley-Horn and Associates PE 59367 (FL) Kimley-Horn and Associates LA 0001706 (FL) F.R. Aleman & Associates PSM LS-2821 (FL) F.R. Aleman & Associates N/A NOVA Eng/Environmental PE 60145 (FL) NOVA Eng/Environmental N/A CMS, Ins. N/A Years Years LEED Experience with Firm Certified 24 10 34 9 38 1 23 15 44 35 50 35 34 29 16 2 24 3 53 13 15 15 18 3mos 15 4 51 39 Yes ❑✓ Yes ❑ Yes ❑✓ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑✓ Yes El Yes ❑ Yes El Yes ❑ No ❑ No ❑✓ No ❑ No El No❑✓ No❑✓ No❑� No ❑ No No II] No No RFQ-QT MASTER PLANNING LANDSCAPE ARCHITECT George Puig, RLA Kimley-Horn and Associates, Inc. PROJECT MANAGER Sergio Pendas, AIA, LEED AP LEO A D\LY ORGANIZATIONAL CHART SUB -CONSULTANTS Aquatics Engineer Ofelia Taboada, PE Aquadvnamics Design Group,lnc. Civil Engineer Alberto Herrera, PE, LEED AP Kimley-Horn and Associates,Inc. Structural Engineer + CEI Paul A. Zillio, PE Bliss & Nyitray. Inc. (BNI) Mechanical/Plumbing Engineer Ricardo A. Martin, PE Martin-Vilato Associates, Inc. Electrical Engineer Enrique G. Vilato, PE Martin-Vilato Associates, Inc. OPTIONAL SUB -CONSULTANTS Land Surveyor Fernando Z. Gatell, PSM F.R. Aleman & Associates, Inc. Underground Utility Location Ivan Marti F.R. Aleman & Associates, Inc. Geotechnical/Environmental Brendan Larkin, PE NOVA Engineering and Environmental Contamination Assessment Jamey Cote NOVA Engineering and Environmental Cost Estimator Keith Emery CMS -Construction Management Services, Inc. PRINCIPAL -IN -CHARGE Rafael Sixto, AIA, LEED AP LFO A DALY LEAD ARCHITECT Ronald Wiendi, AIA LEO A DALY LEOADALY 11 Request for Qualifications Proposer's Project Form RFQ-PP Instructions (one page per project) Proposer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represents its ability to complete this Project. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PP-R must be submitted for each Form RFQ-PP that is submitted. RFQ Title:Shenandoah Park and New Swimming Pool Facility B-40563 RFQ Solicitation No.:14 15 037 Name of Proposer: LEO A DALY Name of Project: City of Miami - Moore Park Renovation Address of Project: 765 NW 36th Street, Miami, FL 33127 Name of Owner: City of Miami Contact Name: Richard A. Pope Contact Telephone No. 305.416.1285 Contact e-mail address: rpope@miamigov.com Brief Scope of Project & how project is similar: Project involved comprehensive site study and park planning, inclusive of a new two story 15,894 SF two story community center and a 2,975 SF day care facility. Value of Design Fees: Awarded: $285,467.95 Actual: $285,467.95 (Design -Build) N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $6,317,088.00 Actual: $6,317,088.00 {Design Build) N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 540 Actual: 1007 (redesign DCP package) N/Afl Type of Project: ❑ design -bid -build ❑■ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑i Yes ❑ No If yes, level of Certification: Gold By: , G e> -//e/Z Sigfiature of Authorized Officer Date Rafael Sixto, AIA, LEER AP Vice President, Managing Principal Printed Name Title RFQ-PP Request for Qualifications Proposer's Project Form RFQ-PP Instructions (one page per project) Proposer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represents its ability to complete this Project. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PP-R must be submitted for each Form RFQ-PP that is submitted. RFQ Title:Shenandoah Park and New Swimming Pool Facility B-40563 RFQ Solicitation No.:14-15 037 Name of Proposer: LEO A DALY Name of Project: City of Miami - Melreese Golf Course Clubhouse / Restaurant Address of Project: 1802 NW 37th Avenue, Miami, FL 33125 Name of Owner: City of Miami Contact Name: Robert Fenton Contact Telephone No. 305.416.1002 Contact e-mail address: rfenton@miamigov.com Brief Scope of Project & how project is similar: Project involved comprehensive site study and park planning, for a new 17,500 SF EllClubhouse with new 123-car surface parking lot. Value of Design Fees: Awarded: $450,000 Actual: $450,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $4,000,000 Actual: $4,000,000 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 619 Actual: 619 N/A ❑ Type of Project: design -bid -build ❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: D Yes By: Signtture of Authorized Officer Rafael Sixto, AIA, LEED AP ❑ No If yes, level of Certification: LEED Certified s�-��Pl1s. Date Vice President, Managing Principal Printed Name Title RFQ-PP Request for Qualifications Proposer's Project Form RFQ-PP Instructions (one page per project) Proposer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represents its ability to complete this Project. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PP-R must be submitted for each Form RFQ-PP that is submitted. RFQ Solicitation No.:14 15 037 RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Proposer: LEO A DALY Name of Project: Bocaire Country Club Renovation / Expansion Address of Project: 4989 Bocaire Blvd., Boca Raton, FL 33487 Name of Owner: Bocaire Country Club Contact Name: Russell M. Carlson Contact Telephone No. 561.998.1601 Contact e-mail address: ceo@bocairecc.com Brief Scope of Project & how project is similar: Comprehensive site studies and master planning including renovation and expansion of pool complex, clubhouse, and gatehouse. Value of Design Fees: Awarded: $450,000 Actual: $450,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $10,200,000 Basis for difference in value: Actual: $10,200,000 N/A ❑ Project Completion (no. of calendar days): Projected: 750 Actual: 750 N/A El Type of Project: ❑■ design -bid -build ❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Gr n Globe Certified Project: ❑ Yes ❑i No If yes, level of Certification: By: - / e l s-- Si ature of Authorized Officer Date Rafael Sixto, AIA, LEED AP Vice President, Managing Principal Printed Name Title RFQ-PP Request for Qualifications Proposer's Project Form RFQ-PP Instructions (one page per project) Proposer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represents its ability to complete this Project. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PP-R must be submitted for each Form RFQ-PP that is submitted. RFQ Solicitation No.:14-15-037 RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Proposer: LEO A DALY Name of Project: Ibis Golf & Country Club Pool Renovation Address of Project: 8225 Ibis Blvd., West Palm Beach, FL 33412 Name of Owner: Ibis Golf & Country Club Contact Name: Stephen LoGiudice Contact Telephone No. 561.625.8500 Contact e-mail address: slogiudice@ibisgolf.com Brief Scope of Project & how project is similar: Comprehensive site studies and master planning including 5,854 SF pools & 26,000 SF building with spa, restaurant, fitness center & looker rooms. Value of Design Fees: Awarded: $533,550 Actual: $533,550 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $14,000,000 Actual: $14,000,000 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 599 Actual: 599 N/A ❑ Type of Project: ❑ design -bid -build L design/build ❑� CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes 0 No If yes, level of Certification: By: t 2-/l t /% Si. nature of Aut orized Officer Date Rafael Sixto, AIA, LEED AP Vice President, Managing Principal Printed Name Title RFQ-PP Request for Qualifications Proposer's Project Form RFQ-PP Instructions (one page per project) Proposer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represents its ability to complete this Project. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PP-R must be submitted for each Form RFQ-PP that is submitted. RFQ Solicitation No.:14-15-037 RFQ Title:Shenandoah Park and New Swimming Pool Facility B-40563 Name of Proposer: LEO A DALY Name of Project: Woodfield Country Club Expansion Pool Renovation Address of Project: 3650 Club Place, Boca Raton, FL 33496 Name of Owner: Woodfield Country Club Contact Name: Eben Molloy Contact Telephone No. 561.995.5202 Contact e-mail address: emolioy@woodfield.org Brief Scope of Project & how project is similar: Comprehensive site studies and master planning including renovation and expansion to the overall club facility with new fitness lap pool. Value of Design Fees: Awarded: $1,121,561 Basis for difference in value: Actual: $1,121,561 N/A ❑ Value of Construction: (if applicable): Awarded: $22,223,840 Actual: $22,223,840 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 976 Actual: 976 N/A ❑ Type of Project: ❑ design -bid -build D design/build CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes ❑� No If yes, level of Certification: ature of Authorized Officer Date Rafael Sixto, AIA, LEED AP Printed Name Vice President, Managing Principal Title RFQ-PP City of Riarnt Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant Name of Proposer: LEO A DALY The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: City of Miami - Moore Park Renovation Scope of work: AiE services for new Community Center and Day Care Facility with site amenities Value of project: 6,317,088.00 Value of Design Services: $285,467.95 Delivery method: ❑ Design -Bid -Build ❑ CM@Risk 0 Design -Build ❑ Other ( Design completed on time & within budget: i❑ Yes ❑ No If no, was the Consultant at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 11 Above expectations ❑ Average ❑ Below Expectations Errors & Omissions: 0 Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes ❑■ No Did Consultant provide Construction Administration services? 0 Yes ❑ No ❑ limited scope Was the Consultant responsive to the Owner & Contractor?: Yes ❑ No Was Consultant timely in its reviews and submittals? Q Yes ❑ No Comments: The Leo A Daly team is exceptional. The project exceed the LEED Silver goal and obtained LEED Gold Name of individu completing t s orm Richard A. Pope Datel 26 i S gnature: Telephone: (305) 416-1285 Sincerely, Jeovanny Rodriguez, P.E. Director — Capital Improvements and Transportation Program 2/( tie: Project Manager E-mail: rpope@miamigov.com 17 RFQ-PP-R Citp of AlIttTTTI Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant Name of Proposer: LEO A DALY The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information, We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: City of Miami - Melreese Golf Course Clubhouse / Restaurant Scope of work: NE services for new 17,500 SF Clubhouse and 123-car surface parking lot Value of project: $ 4,000,000,00 Value of Design Services: $450,000.00 Delivery method: 0 Design -Bid -Build ❑ CM©Risk ❑ Design -Build ❑ Other ( ) Design completed on time & within budget: ■❑ Yes ❑ No If no, was the Consultant at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 0 Above expectations ❑ Average ❑ Below Expectations Errors & Omissions: 0 Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions thar anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes [] No Did Consultant provide Construction Administration services? ❑■ Yes ❑ No ❑ limited scope Was the Consultant responsive to the Owner & Contractor?: ❑■ Yes ❑ No Was Consultant timely in its reviews and submittals? ❑, Yes ❑ No Comments: Name of incivjdual compti; Signature: -- --X �' � Title: Project Manager Telephone: (305) 416-1002 Sincerely, Jeovanny Rodriguez, P.E. Director — Capital Improvements and Transportation Program storm: Robert Fenton Date: a.-4-1(4, E mail: rfenton@miamigov.com 18 RFQ-PP-R City of Aiiainf Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant Name of Proposer: LEO A DALY The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Bocaire Country Club Renovation / Expansion Scope of work: Renovate clubhouse and build new resort pool and gatehouse Value of project: $ 10,200,000 Value of Design Services: $450,000 Delivery method: U Design -Bid -Build [] CM@Risk ❑ Design -Build ❑ Other ( Design completed on time & within budget: 0 Yes ❑ No If no, was the Consultant at fault or contribute to the delay(s) or increased cost? [T Yes —j No Quality of Design: [ Above expectations ❑ Average ❑ Below Expectations Errors & Omissions: (l1 Above expectations ❑ Average n Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? _ Yes 10 No Did Consultant provide Construction Administration services? 0 Yes n No LJ limited scope Was the Consultant responsive to the Owner & Contractor?: [ Yes ❑ No Was Consultant timely in its reviews and submittals? n Yes ❑ No Comments: Great group to work with I would not do anything new without asking them first. Name of individual completing Signature: Telephone: 561 998 1601 form: Russell M. Carlson Title: CEO Date: 1-Z6'2.d1(0 E-mail: ceo@bocairecc.com Sincerely, Jeovanny Rodriguez, F.E. Director — Capital Improvements and Transportation Program 19 RFQ-PP-R ettp of flitamt Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant Name of Proposer: LEO A DALY The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Ibis Golf & Country Club Pool Renovation Scope of work: 5,854 SF pools & 26,000 SF bldg. with spa, restaurant, fitness center & locker rooms Value of project: $14,000,000 Value of Design Services: $533,550 Delivery method: ❑ Design -Bid -Build ❑■ CM@Risk ❑ Design -Build ❑ Other ( ) Design completed on time & within budget: ■❑ Yes ❑ No If no, was the Consultant at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: Above expectations ❑ Average ❑ Below Expectations Errors & Omissions: ❑■ Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes No Did Consultant provide Construction Administration services? j Yes ❑ No ❑ limited scope Was the Consultant responsive to the Owner & Contractor?: ❑� Yes ❑ No Was Consultant timely in its reviews and submittals? ❑■ Yes ❑ No Comments: Our sports complex & pool exceeded every expectation. It was completed on time and under budget. Name of individual co irrg this form: Stephen LoGiudice Date: 2-!C-167 Signature: Title: COO/GM Ibis Golf & Country Club Telephone: 56 Sincerely, Jeovanny Rodriguez, P.E. Director — Capital Improvements and Transportation Program E-mail: slogiudice@ibisgolf.com 20 RFQ-PP-R CO oftfltanu Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant Name of Proposer: LEO A DALY The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Woodfield Country Club Expansion Pool Renovation Scope of work: Renovation and expansion to the clubhouse area and pool Value of project: $ 22,223,840 Value of Design Services: $1,121,561 Delivery method: ❑ Design -Bid -Build 0 CM@Risk ❑ Design -Build ❑ Other ( ) Design completed on time & within budget: ❑ Yes II] No If no, was the Consultant at fault or contribute to the delay(s) or increased cost? ❑ Yes [ No Quality of Design: El Above expectations ❑ Average ❑ Below Expectations Errors & Omissions: ■❑ Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes ❑I• No Did Consultant provide Construction Administration services? Yes ❑ No ❑ limited scope Was the Consultant responsive to the Owner & Contractor?: 0 Yes ❑ No Was Consultant timely in its reviews and submittals? ❑� Yes ❑ No Comments: Name of individual completing this form: Eben Molloy Signature: Telephone: 561.995.5202 Sincerely, Jeovanny Rodriguez, P.E. Director — Capital Improvements and Transportation Program Date: 2.1 Title: General Manager Email: emolloy@woodfield.org 21 ocn no 0 EXCELLENCE 1. RFQ-DPP — Design Philosophy & Process 2. RFQ-T — Technical Approach BEYOND EXPECTATIONS SECTION 8 22-23 24-25 Request for Qualifications Proposal Design Philosophy & Process RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 RFQ Number: 14-15-037 Name of Proposer: LEO A DALY In the space provided below respond to the requirements from the applicable section of the RFQ for Design Philosophy & Process. (Page 1 of 2) DESIGN PHILOSOPHY LEO A DALY is a worldwide leader in the design of the built environment with a 100-year history built on a philosophy of excellence beyond expectations. We achieve this by working as a "trusted advisor" to our clients. Through inquiry and collaboration, we seek to understand your needs and concerns, and then apply the talents of a multi -disciplinary team of planners, architects, engineers, and interior designers to create world -class solutions. LEO A DALY believes in the early involvement of stakeholders in the design process. Community involvement is core to our approach. It informs our values and shapes our sense of the neighborhood's history, contemporary context, and future needs. It is a process grounded in understanding, consensus, and the vision of our client. Stakeholders will be the bedrock of this project's success. Our process of inquiry and collaboration is evident in our recent design of the Moore Park Community Center and Daycare, located in Allapattah. It was successfully completed in 2014 and very well received by the community. PROJECT UNDERSTANDING A clear understanding of the scope of work and program is fundamental. As we understand it, the heart of your program centers around an "L" shaped pool, with adjacent bath house. Based on our experience with similar past projects we know that the pool and support facilities must accommodate a wide variety of uses: swimming lessons, races, water sports, play by small children, and passive recreation by adults. The City may wish to add other activity programs in the future, which will require a design that adapts to future needs. We understand the scope to be: 1. The pool and Splash Pad shall be designed to comply with all Florida Health Department and Florida Building Code requirements. They should be designed to be safe and user friendly, using material and equipment that affords optimum value and problem free operation for the City of Miami. Our many years of experience in this field working with similar projects provides us with the needed background to address this design in the most economical and practical way possible. 2. The pool will be designed to include areas for Wellness Lap Swimming, Recreational Swimming, Water Activities such as Water Aerobics and Exercise, and an "Offset Area" dedicated for "Learn to Swim" classes and other instructional tutorials. 3. The pool will be designed with water deep enough for all the above activities, and at the same time insure that water depths are not excessively contributing to safety risks. Another important component of the project involves designing enhancements to the existing park. We will provide an "Opportunities and Constraints" report of all existing facilities including existing buildings, activity courts. sports fields, their corresponding parking areas, entrance and exists, and circulation paths. We will comment on the conditions of each as well as enhancements needed. The report will be documented with estimated costs of improvements, needed repairs, and renovation. During this phase we would lead one or more stakeholder interviews, visioning workshops and/or Steering Committee workshops. 22 RFQ-DPP Request for Qualifications Proposal Design Philosophy & Process RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 RFQ Number: 14-15-037 Name of Proposer: LEO A DALY In the space provided below respond to the requirements from the applicable section of the RFQ for Design Philosophy & Process. (Page 2 of 2) Based on the Opportunities and Constraints report, we will develop various master plan concepts for review and comment by City staff and community stakeholders during subsequent workshops and presentations, culminating with the development of a Final Master Plan and report. The Master Plan will be a bound document complete with color site plans, 3D renderings, and a written summary - one that will reflect the aspirations of the City and the Shenandoah community for a newly reinvigorated Shenandoah Park. VALUES AND APPROACH Understanding context is paramount to projects in important neighborhoods like Shenandoah. Well before the initial kick-off meeting, our process begins with rigorous research and site visits to better understand the project's context, including its people, its physical urban qualities, its natural features, and the character of the surrounding buildings. We've done some of that already in preparation for this submittal. Taking stock of the character of nearby residential and commercial buildings allows us to create a framework for the design of the bath house and possible storage building that enhances the area's deeply rooted identity. This information will prepare us for meeting with various stakeholders as we begin the process of functional programming, the development of design concepts, and the application of those concepts to deliver solutions and achieve project success for all involved. Life safety is one of the most pressing issues associated with pools. The position of the life -guard station and office must offer excellent sight lines to all pool, pool deck, splash playground, and perimeter areas. Floor surfaces must be skid resistant and with numerous opportunities for positive drainage to reduce the risk of slip and fall accidents. Shallow pool water depths reduce risk of drowning accidents. Excellence in engineering; the water treatment plant will provide 100% filtering of all combined feature water and recirculated water returning to the supply tank via manifold piping. The water sanitation system will be designed to treat all the water returning to the system at 12 PPM (mg/L). The use of a U.V. Sterilization System will also be considered although it is not required by code on 100% Filter System design approaches. Maintainability and cleanability are key design considerations in pool and park facilities. Materials proposed must be sturdy and resistant to abuse due to the high use and activity levels. Materials should be resistant to the effects of pool water chemicals and high humidity conditions typically encountered in bath houses. Perimeter security during non -operating hours is important. Beyond physical barriers around the facility's perimeter, we can facilitate an informed discussion of electronic security measures such as digital cameras and alarm warning signals which could electronically report to a central monitoring station manned 24/7. YOUR VISION + OUR EXPERTISE = A BELOVED COMMUNITY LANDMARK We know that you have specific goals your project, and our team, process and approach center around identifying and achieving them "beyond expectations." LEO A DALY can be a valued partner in creating a pool facility that will become beloved by the Shenandoah community. With our expertise, guided by your vision, a study to revitalize Shenandoah Park and a new swimming pool facility will strengthen the neighborhood, playing host to generations of fun, learning, and community memories. 23 RFQ-DPP Request for Qualifications Technical Capabilities RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 RFQ Number: 14-15-037 Name of Proposer: LEO A DALY In the space provided below respond to the requirements of the RFQ for Design & Construction Approach & Process. (Page 1 of 2) Computer aided design and drafting capabilities planning.' See "Computer aided design and drafting capabilities" below. Sustainable design — approach to minimizing the daily and long term operational and maintenance cost, including the application of "green design" Sustainability and green design are an integral part of our design philosophy. LEO A DALY will follow US Green Building Council's LEED accreditation criteria to study the possibility of achieving compatibility with LEED Silver or higher. There are numerous possibilities to achieve LEED points for this project which we'd like to discuss further with you. Our M/E/P Engineers, Martin-Vilato Associates, Inc. is committed to developing sustainable designs. The firm understands its responsibility to provide environmentally friendly Mechanical (HVAC&R/Plumbing) and Electrical designs. In their practice, energy and water efficiency have been promoted to clients as a long-term solution for the feasible operation of their facilities, and as a vehicle for LEED® Certification. Green buildings are healthy buildings. Value Engineering — approach used in determining material and equipment quality and maximizing efficiency with design elements: With a conscientious effort to minimize initial cost impact by incorporating Energy Modeling and Conservation, Life -Cycle Cost Analysis, Facilitation of Sustainable Design Systems and Equipment, Value Engineering practices. Measurement and Verification and Project Commissioning, it is our realization that it will not only enhance the well-being but also the impact on operating cost in the long run. Quality control and assurance procedures, including timely reporting, and reviewing pay applications and change orders: During our long history we found that the overriding factors in almost all projects are cost and schedule. We have taken this to heart and made cost and schedule control an integral part of our operation. The most effective method to keep any project within its allotted budget involves an accurate and detailed cost estimate that is updated at key points as the design progresses. If the estimate yields reason for concern at any one phase, a course correction may be determined and mutually agreed upon between the owner and architect. Our team of architects and engineers work closely with Construction Management Services (CMS). CMS has been established in South Florida for nearly three decades and will provide detailed cost estimates based on an extensive cost database built over the years. As far as pa applications and change orders, our team reviews to ensure the owner's interests are protected and will typically reject items which are not in line with fair and customary costs or payment requests which exceed construction completion percentage. Computer aided design and drafting capabilities: LEO A DALY and all sub -consulting team members have in-house staff with computer aided design and drafting expertise. Our entire team is trained and capable of delivering projects in eitherAutoCad or Revit platforms. As Prime Architect, LEO A DALY generates the design and provides the required electronic CAD backgrounds or base Revit model to the consulting team for their use. Each design discipline designs over 24 RFQ-T Request for Qualifications Technical Capabilities RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 RFQ Number: 14-15-037 Name of Proposer: LEO A DALY In the space provided below respond to the requirements of the RFQ for Design & Construction Approach & Process. (Page 2 of 2) the same backgrounds or, in the case of Revit, adds their engineering model to the base building model. The electronic drawings are provided to consultants via LEO A DALY's file sharing program. Consultants are automatically notified via the file sharing program when updated files are posted. Projects delivered using the Revit platform can also be used to illustrate the design to the Owner in 3D views. Quality control and assurance, including coordination between design standards, and conformance with all applicable code requirements, including Miami 21: LEO A DALY utilizes a highly successful quality control program within our organization and which is required to be followed by our consultants as well. At the core of this quality control program are eleven reviews that occur periodically throughout the project's evolution to ensure comprehensive quality documentation and coordination. The Quality Control Matrix reflects the various processes which make up a part of our Quality Control Program. O Futi Review FcUow-Up Review t Minor Review • Ongoing Review 1.Lte Sate Review -_••• •;. •••• ••-!• •ieff 3. Code Review Sessions • •- a. mange °Jeer cheekily •' _ 5. Consu'tant Ovvlay coordmatton 4 • 9411,9 6. Health 8 Safery Reuew +.� -3 • •• r, • • • 7- Cualrtt Control Advrcor Hoard • ', F 6. Protect Manager Check Set - ..._. 9. P4ect Architect Check Set 10. ;orstrurkon Monexing System ! t it Progress Corrrol Reports Prior experience with governmental parks and recreational facilities: LEO A DALY and Aquadynamics have worked together in numerous past projects with a recreational facility component. These include Ibis Golf and Country Club, Woodfield Country Club Expansion, and Bocaire Country Club Renovation/Expansion which are included within this proposal. We know the challenges and issues which will be encountered (refer to page 2 of Design Philosophy & Process) and are therefore well prepared to address them. LEO A DALY and Kimley Horn & Associates have provided extensive services on governmental parks and recreational facilities to municipal and clubhouse clients. Successful projects within the City of Miami are Regatta Park, Coral Way Community Center Playground, Moore Park Renovations and Melreese Clubhouse/Restaurant, , also included within this proposal. 25 RFQ-T EXCELLENCE SECTION C 1. RFQ-LA- Qualifications of Lead Architect 26 - 29 2. RFQ-LA-R- Lead Architect Reference Forms 30 - 33 3. Resume of Lead Architect 34 4. RFQ-PM — Qualifications of Project Manager 35 - 36 5. RFQ-PM-R —Project Manager Reference 37 - 38 6. Resume of Project Manager 39 7. RFQ-EE — Qualifications of all listed Engineers* 40 - 49 8. RFQ-EE-R- Engineer Reference Form* 50 - 60 9. Resume of Engineer* 61 - 65 10.RFQ-WC - Workload Capacity (Proposer's current work load) 66 - 85 *Forms RFQ-EE, RFQ-EE-R, and Resume of Engineers are for each and every engineer ... IMechanicalfPlumbing, Electrical, Structural, Civil, and Aquatics personnel) BEYOND EXPECTATIONS Request for Qualifications Qualifications of Proposer's Lead Architect Instructions (one page per project) For the lead Architect provide the following information for completed projects within the past five (5) years, where the individual served as the lead Architect for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-LA-R must be submitted for each Form RFQ-LA that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: LEO A DALY Name of Project: Moore Park Renovation Name of Owner: City of Miami Contact Telephone No. 305.416.1285 RFQ Title:Shenandoah Park and Swimming Pool Facility B-40563 Name of Lead Architect: Ronald Wiendl, AIA Address of Project: 765 NW 26th Street, Miami, FL 33127 Contact Name: Richard Pope Contact e-mail address: rpope@miami.com Brief Scope of Project & how project is similar: Project involved comprehensive site study and planning, inclusive of a new two story 15,894 SF, two story community center and a 2,975 day- care facility. Value of Design Fees: Awarded: $285,467.95 Basis for difference in value: Actual: $285,467.95 (design -build) N/A ❑ Value of Construction: (if applicable): Awarded: $6,317,088.00 Actual: $6,317,08s.°o (design build) N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: S40 Actual: 1007 {redesign DCP package) N/A ❑ Type of Project: ❑ design -bid -build x❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ® Yes ❑ No If yes, level of Certification: Gold Was work performed as an employee of the Proposer? © Yes ❑ No By: oz-f//7/4. Signe of Authorized Officer Date Rafael Sixto, AIA, LEED AP Printed Name Vice President, Managing Principal Title RFQ-LA Request for Qualifications Qualifications of Proposer's Lead Architect instructions (one page per project) For the lead Architect provide the following information for completed projects within the past five (5) years, where the individual served as the lead Architect for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-LA-R must be submitted for each Form RFQ-LA that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: LEO A DALY Name of Project: Bocaire Country Club Renovation Name of Owner: Bocaire Country Club Contact Telephone No. 561.998.1601 RFQ Title:Shenandoah Park and Swimming Pool Facility B-40563 Name of Lead Architect: Ronald Wiendl, AIA Address of Project: 4989 Bocaire Blvd., Boca Raton, FL 33487 Contact Name: Russell M. Carlson Contact e-mail address: ceo@bocairecc.com Brief Scope of Project & how project is similar: Comprehensive site studies and master planning including renovation and expansion of pool complex, clubhouse, and gatehouse. Value of Design Fees: Awarded: $450,00o Actual: $450,00o N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $10,200,000 Basis for difference in value: Actual: $10,200,000 N/A ❑ Project Completion (no. of calendar days): Projected: 705 Actual:75o N/A ❑ Type of Project: l design -bid -build ❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes x❑ No If yes, level of Certification: Was work performed as an employee of the Proposer? By: Sig ature of Authorized Officer Rafael Sixto, AIA, LEED AP Printed Name ® Yes ❑ No 1.-// 1P-C Date Vice President, Managing Principal Title RFQ-LA Request for Qualifications Qualifications of Proposer's Lead Architect Instructions (one page per project) For the lead Architect provide the following information for completed projects within the past five (5) years, where the individual served as the lead Architect for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-LA-R must be submitted for each Form RFQ-LA that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: LEO A DALY Name of Project: Ibis Country Club Pool Renovation Name of Owner: Ibis Golf & Country Club Contact Telephone No. 561.625.8500 RFQ Tltle:Shenandoah Park and Swimming Pool Facility B-40563 Name of Lead Architect: Ronald Wiendl, AIA Address of Project: 8225 Ibis Blvd., West Palm Beach, FL 33412 Contact Name: Stephen LoGiudice Contact e-mail address: slogiudice@ibisgolf.cpm Brief Scope of Project how project is similar: Comprehensive site studies and master planning including 5,854 SF pools & 26,000 SF building with spa, restaurant, fitness center & looker rooms. Value of Design Fees: Awarded: $5533,500 Basis for difference in value: Actual: $533,550 N/A ❑ Value of Construction: (if applicable): Awarded: $14,000,00o Actual: $14,000,00o N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 599 Actual:599 N/A ❑ Type of Project: ❑ design -bid -build ❑ design/build x❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes x❑ No tf yes, level of Certification: Was work performed as an employee of the Proposer? © Yes ❑ No j By: 1 v 1- icth e Sig ature of Authorized Officer Rafael Sixto, AIA, LEED AP Printed Name Date Vice President, Managing Principal Title RFQ-LA Request for Qualifications Qualifications ofProposer's Lead Architect Instructions (one page per project) For the lead Architect provide the following information for completed projects within the past five (5) years, where the individual served as the lead Architect for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-LA-R must be submitted for each Form RFQ-LA that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: LEO A DALY RFQ Title:Shenandoah Park and Swimming Pool Facility B-40563 Name of Lead Architect: Ronald Wiendl, AIA Name of Project: Woodfield Country Club Pool Reno. Address of Project: 3650 Club Place, Boca Raton, FL 33496 Name of Owner: Woodfield Country Club Contact Telephone No. 561.995.5202 Brief Scope of Project & how project is similar: the overall club facility with new fitness lap pool. Contact Name: Eben Molloy Contact e-mail address: emolloy@woodfield.org Comprehensive site studies and master planning including renovation and expansion to Value of Design Fees: Awarded: $1,121,561 Actual: $1,121,561 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $22,223,840 Actual: $22,223,840 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 976 Actual:976 N/A ❑ Type of Project: ❑ design -bid -build ❑ design/build E1 CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes x❑ No If yes, level of Certification: Was work performed as an employee of the Proposer? x❑ Yes ❑ No By: Si ature of Authorized Officer Rafael Sixto, AIA, LEED AP 401.1/ // Date Vice President, Managing Principal Printed Name Title RFQ-LA City of Altanit Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Lead Architect Name of Proposer: LEO A DALY Name of Lead Architect: Ronald K. Wiendi, AIA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their lead Architect with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project; City of Miami - Moore Park Renovation Scope of work: NE services for new Community Center and Day Care Facility with site amenities Value of project: $6,317,088.00 Value of Design Services: $285,467.95 Delivery method: ❑ Design -Bid -Build ❑ CM@Risk ❑■ Design -Build ❑ Other Construction completed on time & within budget: Yes ❑ No if no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 0 Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes 0 No Was the Architect responsive to the Owner & Contractor? 0 Yes ❑ No Was the Architect timely with reviews and submittals? El Yes ❑ No Did the Architect quickly resolve issues as they arose? 0 Yes ❑ No Comments: } Name of individu I completin t is for : Richard A. Pope Date: /1/ 9--c.' g Si nature: ti c" �--� Title: Project Manager Telephone: 305) 416-1285 E-mail: rpope@miamigov.com Sincerely, Jeovanny Rodriguez, P.E. Director RFQ-LA-R 30 ettp of j1tanit Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Lead Architect Name of Proposer: LEO A DALY Name of Lead Architect: Ronald K. wiendi, AAA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their lead Architect with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Bocaire Country Club Renovation / Expansion Scope of work: Renovate clubhouse and build new resort pool and gatehouse Value of project: $10,200,000 Value of Design Services: $450,000 Delivery method: Design -Bid -Build C CM@Risk C Design -Build [ Other ( Construction completed on time & within budget: [ Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: C Above expectations Average ❑ Below Expectations Errors and Omissions: C Above expectations _ Average Li Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? rI Yes ■J No Was the Architect responsive to the Owner & Contractor? ❑� Yes ❑ No Was the Architect timely with reviews and submittals? 1 Yes ❑ No Did the Architect quickly resolve issues as they arose? 11 Yes P No Comments: Great group to work with I would not do anything new without asking them first. Name of indivi u I completing thi f n: \)Russell M. Carlson Date: I ` Z 6'Lc LU Signature: Telephone: 561 998 1601 Sincerely, Jeovanny Rodriguez, P.E. Director E-mail: ceo©bocairecc.com 31 RFQ-LA-R eitp of ,Miami Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Lead Architect Name of Proposer: LEO A DALY Name of Lead Architect: Ronald K. Wiendi, AIA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their lead Architect with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Ibis Golf & Country Club Pool Renovation Scope of work: 5,854 SF pools & 26,000 SF bldg. with spa, restaurant, fitness center & locker rooms Value of project: $ 14,000,000 Value of Design Services: $533,550 Delivery method: ❑ Design -Bid -Build ■❑ CM@Risk ❑ Design -Build ❑ Other ( Construction completed on time & within budget: ❑■ Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: ■❑ Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: ■❑ Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes ❑■ No Was the Architect responsive to the Owner & Contractor?❑ Yes ❑ No Was the Architect timely with reviews and submittals? ❑■ Yes ❑ No Did the Architect quickly resolve issues as they arose? ❑■ Yes ❑ No Comments: Our sports complex & pool exceeded every expectation. It was completed on time and under budget. Name of individual co ettrrg this form: Stephen LoGiudice Date: 2- it--tl Signature: Title: COO/GM Ibis Golf & Country Club Telephone: 56 E-mail: slogiudice@ibisgolf.com Sincerely, Jeovanny Rodriguez, P.E. Director 32 RFQ-LA-R eity of Miami Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Lead Architect Name of Proposer: LEO A DALY Name of Lead Architect: Ronald K. Wendl, AIA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their lead Architect with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Woodfield Country Club Expansion Pool Renovation Scope of work: Renovation and expansion to the clubhouse area and pool Value of project: $ 22,223,840 Value of Design Services: $1,121,561 Delivery method: ❑ Design -Bid -Build ❑■ CM@Risk ❑ Design -Build ❑ Other Construction completed on time & within budget: ❑ Yes 0 No If no, did the PM at contribute to the delay(s) or increased cost? [1 Yes % No Quality of Design:❑ Above expectations El Average ❑ Below Expectations Errors and Omissions: 0 Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes IN No Was the Architect responsive to the Owner & Contractor? Was the Architect timely with reviews and submittals? Did the Architect quickly resolve issues as they arose? Comments: 0 Yes E No 11 Yes ❑ No C Yes U No Name of individual completing this form: Eben Molloy Date: Signature: ° !' Title: General Manager Telephone: 561.995.5202 Sincerely, Jeovanny Rodriguez, P.E. Director E mail: emolloy©woodfield.org 33 RFQ-LA-R Project Role LEAD ARCHITECT FIRM LEO A DALY Years of Experience 34 Education Bachelor of Architecture, Ohio State University Registration 030433-1/Registered Architect, NY 400698/Registered Architect, CO Ronald K. Wiendl, ALA As Lead Designer, Ron Wiendl has extensive architectural design experience with a specialization in civic design facilities throughout the State of Florida. He has served as the lead designer on numerous projects from innovative design layouts to cutting edge exteriors features for many civic facility type projects. Mr. Wiendl has received numerous design awards nationally, regionally, and locally. City of Miami Moore Park Miami, FL Mr. Wiendl served as lead architect/ design manager for the City of Miami's renovation of historic Moore Park creating a new town center for the neighborhood. The new community center offers administrative offices, multi -purpose spaces with a commercial kitchen to cater to events, computer rooms, Arts and Craft, and exercise rooms. The Daycare center offers child care services and a new outdoor playground area. Both the Community Center and the Daycare Center have been awarded LEED Gold Certification. Bocaire Country Club Boca Raton, FL LEO A DALY was commissioned to design a two phase renovation and expansion of Bocaire's pool complex, gatehouse, and clubhouse. Phase I, included a new master plan to renovate a portion of the existing parking lot allowing the addition of a new family pool complex. The pool complex features a bistro -style restaurant, two covered pavilions for special events, a split pool design- one a lap pool and one a beach entry style pool, a relaxing hot tub, fire pit and children's play area. Mr. Wiendl served as the design manager. Ibis Country Club Delray Beach, FL Mr. Wiendl served as Design Manager for the renovations to the Ibis clubhouse and Sports Village. The Sports Village is comprised of 5,854 SF of pools and approximately 26,000 SF of buildings. Using four small buildings to house a new Spa, Bistro restaurant, fitness center and, pool locker rooms creates flexibility at the site, creating a residentially scaled village concept. Woodfield Country Club Boca Raton, FL LEO A DALY was commissioned to design phased renovations to the overall club facility including updating and expanding the existing 36,000 SF fitness building, along with an exterior three - lane lap pool, dedicated for fitness use, and capturing unused existing balcony space expanded the overall fitness facility. Mr. Wiendl served as the design manager. The Polo Club Boca Raton, FL LEO A DALY was commissioned to completely renovate the aquatics area for The Polo Club of Boca Raton. The new pool facility, designed as the centerpiece of this residential community, features a 7,500 SF resort style pool with beautiful waterfalls, landscape features, an island with a gazebo, and 3 NCAA sized lap lanes. Mr. Wiendl served as the design manager. Airoso Community Center Port St. Lucie, FL Architectural design services for this 24,000-SF public facility, designed for the parks and recreation department, includes: 7,300-SF assembly area, fitness area, locker rooms with showers, multipurpose room, game room, arts and crafts room, children room, and exterior playground area. LEDA DALY 34 Request for Qualifications Qualifications of Proposer Project Manager Instructions (one page per project) For the Project Manager provide the following information for completed projects within the past five (5) years, where the individual served as the Project Manager for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PM-R must be submitted for each Form RFQ-PM that is submitted. RFQ Solicitation No.: 14-15-037 RFQ Title• Shenandoah Park and Swimming Pool Facility B-40563 Name of Proposer: LEO A DALY Name of Project: Moore Park Renovation Name of Owner: City of Miami Contact Telephone No. 305.416.1285 Brief Scope of Project & how project is similar: Name of Project Manager: Sergio Pendas, AIA, LEED AP Address of Project: 765 NW 36th Street, Miami, FL 33127 Contact Name: Richard A. Pope Contact e-mail address: rpope@miamigov.com Project involved comprehensive site study and park planning, inclusive of a new two story 15,894 SF two story community center and a 2,975 SF day care facility. Value of Design Fees: Awarded: $285,467.95 Actual: $285,467.95 (Design Build) N/A [u Basis for difference in value: Value of Construction: (if applicable): Awarded: $6,317,088.00 Actual: $6,317,088.00 (Design Build) N/A El Basis for difference in value: Project Completion (no. of calendar days): Projected: 540 Actual: Type of Project: ❑ design -bid -build design/build ❑ CM@Risk [ Other (specify): LEED or Green Globe Certified Project: [ Yes No If yes, level of Certification: Gold Was work pyrformed as an employee of the Proposer? m Yes ❑ No By: e?,21/e1f / ,, Sifature of Authorized Officer Date Rafael Sixto, AIA, LEED AP 1007 (redesign DCP package) N/A Vice President, Managing Principal Printed Name Title RFQ-PM Request for Qualifications Qualifications of Proposer Project Manager Instructions (one page per project) For the Project Manager provide the following information for completed projects within the past five (5) years, where the individual served as the Project Manager for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RFQ-PM-R must be submitted for each Fo rm RFQ-PM that is submitted. RFQ Solicitation No.: 14-154037 RFQ Title: Shenandoah Park and Swimming Pool Facility B-40563 Name of Proposer: LEO A DALY Name of Project Manager: Sergio Pendas, AIA, LEED AP Name of Project: Melreese Golf Course Clubhouse Address of Project: 1802 NW 37th Avenue, Miami, FL 33125 Name of Owner: City of Miami Contact Telephone No. 305.416.1002 Contact Name: Robert Fenton Contact e-mail address: rfenton@miamigov.com Brief Scope of Project & how project is similar: Project involved comprehensive site study and park planning, for a new 17,500 SF Clubhouse with new 123-car surface parking lot, Value of Design Fees: Awarded: $450,000 Actual: $450,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $4,000,000 Basis for difference in value: Actual: $4,000,000 N/A ❑ Project Completion (no. of calendar days): Projected: 619 Actual: 619 N/A ❑ Type of Project: Cj design -bid -build ❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: fill Yes ❑ No If yes, level of Certification: LEED Certified Was work performed as an employee of the Proposer? By: 0 Yes ❑ No 446 d .,f//lam Signatt re of Authorized Officer Date Rafael Sixto, AIA, LEED AP Vice President, Managing Principal Title Printed Name RFQ-PM (Cttp ofSthatni Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Project Manager Name of Proposer: LEO A DALY Name of Project Manager: Sergio Pendras, AIA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Project Manager (PM) with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: City of Miami - Moore Park Renovation Scope of work: NE services for new Community Center and Day Care Facility with site amenities Value of project: 6, 317.088.00 Value of Design Services: $285,467.95 Delivery method: ❑ Design -Bid -Build ❑ CM©Risk 0 Design -Build ❑ Other ( Construction completed on time & within budget: Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? 111 Yes ❑ No Quality of Design: [■] Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: ❑■ Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes 0 No Was the Project Manager responsive to the Owner & Contractor? 0 Yes ❑ No Was the Project Manger timely with reviews and submittals? ❑■ Yes ❑ No Did the Project Manger quickly resolve issues as they arose? 0 Yes ❑ No Comments: Name of individual compeetn t is fo Richard A. Pope Date: 2/i/7249�� Signature: --- Title: Project Manager Tele hone; 305) 416-1285 / E-mail: rpope@miamigov.com p Sincerely, Jeovanny Rodriguez, P.E. Director RFQ-PM-R 37 City of J ftta ni Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Project Manager Name of Proposer: LEO A DALY Name of Project Manager: Sergio Pendas, AIA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Project Manager (PM) with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: City of Miami - Melreese Golf Course Clubhouse / Restaurant Scope of work: NE services for new 17,500 SF Clubhouse and 123-car surface parking lot Value of project: $4,000,000.00 Value of Design Services: $450,000.00 Delivery method: [j Design -Bid -Build ❑ CM@Risk ❑ Design -Build ❑ Other ( Construction completed on time & within budget: © Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 111 Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: El Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than, anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes k No Was the Project Manager responsive to the Owner & Contractor? ❑i Yes ❑ No Was the Project Manger timely with reviews and submittals? Yes ❑ No Did the Project Manger quickly resolve issues as they arose? © Yes ❑ No Comments: Robert Fenton Name of individual com•(Winthis form: Date: a -4 - Lt� Signature: ti Title: Project Manager Telephone: (305) 416-1002 E-mail: rfenton@miamigov.com Sincerely, Jeovanny Rodriguez, P.E. Director RFQ-PM-R 38 Project Role PROJECT MANAGER Years of Experience 25 Education Associate of Arts, Miami -Dade College Bachelor of Architecture, University of Miami Registration AR0013943/Registered Architect, FL LEED Accredited Professional Sergio Pendas, AIA, LEED AP As a Senior Project Manager, Mr. Pendas has been responsible for providing project leadership to develop the strategy to execute the project, control budget and schedule, manage consultants, and ensure quality control. He serves as the communication lead for the client and the project team. Mr. Pendas career has encompassed a wide variety of projects types which includes general park and building facilities enhancements and swimming pool facilities. City of Miami Moore Park Miami, FL Mr. Pendas served as project architect for the City of Miami's renovation of historic Moore Park creating a new town center for the neighborhood. The new community center offers administrative offices, multi -purpose spaces with a commercial kitchen to cater to events, computer rooms, Arts and Craft, and exercise rooms. The Daycare center offers child care services and a new outdoor playground area. New site amenities provide open plaza and courtyard areas, a playground, a green gathering area with shelter pavilions for outdoor events, benches, BBQ grill stations, and new tree species to enhance the existing park. Both the Community Center and the Daycare Center have been awarded LEED Gold Certification. City of Miami Melreese Golf Course Clubhouse/Restaurant Miami, FL The Project consisted of the design and construction of a clubhouse/restaurant facility, tennis courts and related site improvements including surface parking, utilities and receiving/loading area. The 15,000 SF. facility accommodates a pro shop with ancillary space, men's and women's lockers, restaurant/cafeteria for 300 patrons including a full kitchen facility and food warming for catering events, with a lounge capacity with seating capacity for approximately 15 to 20 patrons, and administrative and support offices and space, the is also LEED Certified. Mr. Pendas served as project architect -of -record. Ibis County Club Boca Raton, FL Mr. Pendas served as project team member for the renovations to the Ibis clubhouse and Sports Village. The Sports Village is comprised of 5,854 SF of pools and approximately 26,000 SF of buildings. Using four small buildings to house a new Spa, Bistro restaurant, fitness center and, pool locker rooms creates flexibility at the site, creating a residentially scaled village concept. The Polo Club Boca Raton, FL LEO A D,\LY was commissioned to completely renovate the aquatics area for The Polo Club of Boca Raton. The new pool facility, designed as the centerpiece of this residential community, features a 7,500 SF resort style pool with beautiful waterfalls, landscape features, an island with a gazebo, and 3 NCAA sized lap lanes. Mr. Pendas served as project team member. JPM Enrichment Center Miami, FL Project Manager for JPM Enrichment Centre, a facility for the members of the Jesus People Ministries Church International which consists of a 160,000 SF complex with six new buildings. The gymnasium and natatorium, also one-story, have high volume spaces with plenty of natural lighting and spectator seating. The enrichment centre, the centerpiece of the project, is a three-story, 3,000-seat auditorium with broadcast capabilities. It also includes classroom spaces, offices, fitness center, meeting rooms, and retail spaces. LEDA DALY 39 0 9 Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15 037 Name of Proposer: Name of Project: BF DAMES PARK Name of Owner: HALLANDALE BEACH Contact Telephone No. 786 4s6 5259 RFQ Title:Shenandoah Park and New Swimming Pool Facility Name of Engineer: OFELIATABOADA Address of Project: 777 NW 1 st Ave, Hallandale Beach, FL 33009 Contact Name: RANDY HOLLINGWORTH Contact e-mail address: RHOLLINGWORTH@BERMELLOAJAMIL.COM Brief Scope of Project & how project is similar: RECREATIONAL SWIM POOL WITH BEACH ENTRY, LAP SWIMMING POOL WITH LEARN TO SWIM. Value of Design Fees: Awarded: $42,000 Basis for difference in value: Actual: $42,000 N/A ❑ Value of Construction: (if applicable): Awarded: Actual: $35,000 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 8 MONTHS Actual: 8 MONTHS N/A ❑ Type of Project: ❑x design -bid -build 0 design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes x❑ No If yes, level of Certification: Was work performed as an employee of the Proposer? ❑ Yes ® No By: nature of Authorized Officer JOHN J. WAHLER Printed Name JANUARY 14, 2016 Date PRESIDENT Title RFQ-EE 0 Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-154037 RFQ Title: Shenandoah Park and New Swimming Pool Facility Name of Proposer: Name of Engineer: OFELIA TABOADA Name of Project: DELANCY PARK Name of Owner: MIAMI DADE COUNTY Contact Telephone No. 561 68$`2111 Address of Project: 14450 BOGGS DRIVE, MIAMI, FLORIDA 33176 Contact Name: ELEANE NAVARRO Contact e-mail address: ELEANE.NAVARRO@STANTEC.COM Brief Scope of Project & how project is similar: FAMILY AQUATIC CENTER CONSISTING OF LAP LANES, SWIM POOL WITH LEARN TO SWIM AREA AND CHILDRENS WATER ACTIVITY POOL WITH PLAY STRUCTURE. Value of Design Fees: Awarded: Actual: $55,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: Actual: $450,000 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 11MONTHS Actual: 10 MONTHS N/A ❑ Type of Project: ® design -bid -build ❑ design/build ❑ CM a@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes I] No If yes, level of Certification: Was work performed as an employee of the Proposer? ❑ Yes ® No By:w r r• ' W �---, Signature of Authorized Officer JOHN J. WAHLER JANUARY 14, 2016 Date PRESIDENT Printed Name Title RFQ-EE El e Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: Name of Project: GOULDS PARK Name of Owner: MIAMI DADE COUNTY Contact Telephone No. 305-665-1626 Brief Scope of Project & how project is similar: RFQ Title: Shenandoah Park and New Swimming Pool Facility Name of Engineer: OFELIA TABOADA Address of Project: 11350 SW 216 STREET, MIAMI, FLORIDA Contact Name: ELEANE NAVARRO Contact e-mail address: ELEANE.NAVARRO@STANTEC.COM FAMILY AQUATIC CENTER CONSISTING OF LAP LANES, SWIM POOL WITH LEARN TO SWIM AREA AND CHILDRENS WATER ACTIVITY POOL WITH PLAY STRUCTURE. Value of Design Fees: Awarded: Actual: $55,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: Actual: $4Sp'p0o N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 11 MONTHS Actual: 10 MONTHS N/A ❑ Type of Project: design -bid -build 0 design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes El No If yes, level of Certification: Was work performed as an employee of the Proposer? ❑ Yes ® No �it,yllA.r'., JANUARY 14, 2016 Signature of Authorized Officer By: JOHN J. WAHLER PRESIDENT Date Printed Name Title RFQ-EE e Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15-a37 - RFQ Title:Shenandoah Park and New Swimming Pool Facility Name of Proposer: Name of Engineer: OFELIA TABOADA Name of Project: MIAMI DADE COLLEGE NORTH Name of Owner: MIAMI DADE Address of Project: 11380 NW 27th Ave. Miami, FL 33167 Contact Name: SCOTt GREINER Contact Telephone No. 954.275-4058 Contact e-mail address: SGREINER@RDCDESIGNBUILD.COM Brief Scope of Project how project is similar: RECREATIONAL SWIM POOL WITH BEACH ENTRY, LAP SWIMMING POOL WITH LEARN TO SWIM. Value of Design Fees: Awarded: $42,000 Actual: $42,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: Actual: $35'000 N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: 8 MONTHS Actual: 8 MONTHS N/A ❑ Type of Project: El design -bid -build ❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: El Yes EI No If yes, level of Certification: Was work performed as an employee of the Proposer? ❑ Yes ❑x No By:'`` JANUARY 14, 2016 Signature of Authorized Officer Date JOHN J. WAHLER PRESIDENT Printed Name Title RFQ-EE D 9 Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: Name of Project: NARANJA PARK Name of Owner: MIAMI DADE COUNTY Contact Telephone No. 561 ss-211 t RFQ Title:Shenandoah Park and New Swimming Pool Facility Name of Engineer: OFELIATABOADA Address of Project: 14150 SW 264TH STREET, NARANJA FLORIDA Contact Name: ELEANE NAVARRO Contact e-mail address: ELEANE.NAVARRO@STANTEC.COM Brief Scope of Project & how project is similar: FAMILY AQUATIC CENTER CONSISTING OF LAP LANES, SWIM POOL WITH LEARN TO SWIM AREA AND CHILDRENS WATER ACTIVITY POOL WITH PLAY STRUCTURE. Value of Design Fees: Awarded: Actual: $55,000 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: Actual: $45o,000 N/A ❑ Basis for difference in value: Protect Completion (no. of calendar days): Projected: 11MONTHS Actual: 10 MONTHS N/A ❑ Type of Project: Ej design -bid -build ❑ design/build ❑ CM©Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes E1 No If yes, level of Certification: Was work performed as an employee of the Proposer? ❑ Yes ® No By: 'Y1'1 ' ' t"7LJANUARY 14, 2016 Signature of Authorized Officer Date JOHN J. WAHLER PRESIDENT Printed Name Title RFQ EE D Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For The Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: LEO A DALY Name of Project: BALLY AT Mit LER SQUARE Name of Owner: BALIYTOIAL Lt1NE5S Contact Telephone No. (713) 787-0000 RFQ Title' Shenandoah Park and New Swimming Pool Facility Name of Engineer: RICARDO A. MARTIN, P.E. Address of Project: SW 56TH STREET & SW 137TH AVE., MIAMI, FL 33175 Contact Name: AMBROSE ALCOSER, AIA Contact e-mail address: AAlcoserglevinsonalcoser.com Brief Scope of Project & how project is similar: MECHANICAL ENGINEERING DESIGN (HVAC/PLUMBING/FIRE PROTECTION) FOR A 28,000 SF GYM FACILITY WITH SEPARATE MEN/ WOMEN LOCKER ROOMS, SHOWERS, STEAM ROOMS, SAUNAS: PLUS LARGE EXTERIOR SWIMMING POOL. Value of Design Fees: Awarded: $24,000 Basis for difference in value: N/A Actual: $24,000 N/A Value of Construction: (if applicable): Awarded: Basis for difference in value: $ 3 30,000 Actual: $330,000 N/A Project Completion (no. of calendar days): Projected: 6 MONTHS Actual: Type of Project: design -bid -build ❑ design/build [l CM@Risk I Other (specify): 6 MONTHS DESIGN ONLY N/A C LEED or Green Globe Certified Project: Li Yes Q No If yes, level of Certification: Was work pe rmed as an plo ee of the Proposer? ri Yes rki No By: JANUARY 25, 2016 nature of Authorized Officer ENRIQUE G. VII ATO, P.E. Printed Name Date EXECUTIVE VICE-PRESIDENT Title REG EE 171 D� ��� Qualifications Requestfor ���������JK���ux�vns Qualifications �������������'� ^����er ��«u~~uu�u �u_.. «v� u o. .mm��u��u Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5)yean;` where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater soope, nice, and nnrnp|exih/. Complete all required information and submit this Form as required by the RFC>. Failure to submit this Fmnn orcomplete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPC)-EE'R must be submitted for each Form RF{j-EE that is submitted, l4-l�V]7 RFC>Sw|icba�mn��u.: Name of Proposer: LE0ADALY Name of Project: BALLY ATMILLER SQUARE Name of Owner: BALLY lO|AlFUNE5S Contact Telephone No. (713)70-0000 Brief Scope of Project & how project is similar: 28,0Oo6FGYM FACILITY WITH SEPARATE MEN/ WOMEN LOCKER ROOMS, SHOWERS, STEAM ROOMS, SAUNAS; PLUS LARGE EXTERIOR SWIMMING POOL, RFQ Title: Shenandoah Park and New Swimming Pool Facility [NK�UE�Y�A0'P� yJam�ofEn0|nmer� Address of Project: SW 56TH STREET &0Y1370��MIAMI,B33l75 Am8K0SEAL[O5��A Contact Name: ` ���@k��o����o ��ontacte'mmi�addremm� A"" ELECTRICAL ENGINEERING DESIGN (pVvV[R/L|6HDN6/ |RF ALARM) FOR A Value ofDesign Fees: Awarded: $29,300 Basis for difference in value: Actual: $29,900 N/A [:3 Value ofConstruction: (if apo|inabie)� Awarded-$350,000 $]50�OO Actual: N/A [] Basis for difference in value: Project Completion (no. of calendar days): P'moted: 6M0NTHS Actual: 0k4nN[H� N4\ El Type VfProject: 0deeign-bid'bui|d Rdeaign/buiid FlCyN@Risk MOther (npecjfv): DESIGN ONLY LEED-orGreen Globe Certified Project: RYem ��No |fyes, level ofCertificatinn� Was work pe rmed as an emlarbyee of the Proposer? F-1 Yes X No , nature of Authorized Officer ENNQUE{iNLAT�P.E. Printed Name EXECUTIVE VICE-PRESIDENT Value of Design Fees: Awarded: $98,000 R equ estfo rQu alifi cation s Qu alifi cations of P rop oser's En grin eer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No: RFQ 14-15-037 Name of Proposer: Kimley-horn RFQ Title Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility Name of Engineer: Alberta Herrera, P F I.FF.1) AP Name of Project uth Miami Intermodal Transportation P ddress of Project: City of South Miami, FL Name of Owner: City of South Miami Contact Telephone No. 305-416-1213 Contact Name: Jennifer Korth, LEED GA Contact e-mail address: jkorth@southmiamitl.gov Brief Scope of Project & how project is Similar Identification and prioritization of pedestrian and bicycle projects throughout the City, as well as to enhance access to public transportation. Kimley-Horn prepared detailed recommenda[Tons for pedestrian tacitrties, bicycle facilities, intersection design, and sustainability. Actual: N/A LJ Basis for difference in value: Value of Construction: (if applicable): Awarded: Actual: N/A Ld Basis for difference in value: N/A Project Completion (no. of calendar days): Projected: Fall 2015 Actual: N/A Type of Project: ❑ design -bid -build n design/build) I CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: P Yes ❑ No If yes, level of Certification: Was wor-performe an ployee of the Proposer? By. c .xj Yes ❑ No 2-5-2016 PlanniiStudY _. Signature of Authorized Officer Date Aaron Buehler, P.E. Senior Vice President Printed Name Title RFQ EE Request for Qualifications Qualifications of Proposer's Engineer Instructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ_ Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: Leo A. Daly RFQ Title: Shenandoah Park and New Swimming Pool Facility Name of Engineer: Paul Zilio, PE Name of Project:Melreese Clubhouse and RestaurantAddress of Project: 1802 NW 37th Ave, Miami, FL 33125 Name of Owner: Leo A. Daly (Architect) Contact Telephone No. 305-461-9480 Brief Scope of Project & how project is similar: Contact Name: Sergio Pendas, AIA, LEED AP Contact e-mail address: spendas@leoadaly.com Structural design of the 15,000-SF clubhouse and restaurant. Value of Design Fees: Awarded: $41,546 Basis for difference in value: Actual: N/A ❑ $4,000,000 Value of Construction: (if applicable): Awarded: $4,000,0000Actual: N/A ❑ Basis for difference in value: Project Completion (no. of calendar days): Projected: Actual: N/A ❑ Type of Project: ® design -bid -build ❑ design/build ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes ® No If yes, level of Certification: Was work performed as an employee of the Proposer? ❑Yes ®No By: 2/4/16 Signature of Authorized Officer Date Paul A. Zilio, PE Senior Principal/Partner Printed Name Title RFQ-EE Request for Qualifications Qualifications of Proposer's Engineer jnstructions (one page per project) For the Engineer provide the following information for completed projects within the past five (5) years, where the individual served as the Engineer for the stated project. Each project submitted should be of equal or greater scope, size, and complexity. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than 5 projects: Reference form RPQ-EE-R must be submitted for each Form RFQ-EE that is submitted. RFQ Solicitation No.:14-15-037 Name of Proposer: Leo A Daly Name of Project: RFQ Title: Shenandoah Park and New Swimming Pool Facility Name of Engineer: Paul Zilio, PE Dinner Key Marina Building Address of Project: 3400 Pan American Drive, Miami, FL 33133 Name of Owner: MC Harry (Architect) Contact Telephone No. 305-445-3765 Brief Scope of Project & how project is similar: Contact Name: James Piersol Contact e-mail address: jpiersol(c�mcharry.com Structural design for a 4-story, 8,400-SF building Value of Design Fees: Awarded: $26,550 Actual: $26.550 N/A ❑ Basis for difference in value: Value of Construction: (if applicable): Awarded: $3,786,409 Basis for difference in value: Owner changes Actual: $4,347,724 N/A ❑ Project Completion (no. of calendar days): Projected: 300 Type of Project: ® design -bid -build ❑ design/build ❑ CM@Risk ❑ Other LEED or Green Globe Certified Project: ❑ Yes ® No If Was work performed as an employee of the Proposer? ❑Yes ©No By: Signature of Authorized Officer Paul A. Zilio, PE Printed Name yes, Actual: 365 N/A ❑ (specify): level of Certification: _ 2/4/16 Date Senior Principal/Partner Title RFQ-EE City of Alianit Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: Name of Engineer: Ofelia Taboada The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: BF JAMES PARK Scope of work: RECREATIONAL SWIM POOL WITH BEACH ENTRY, LAP SWIMMING POOL WITH LEARN TO SWIM Value of project: $ 3,000,000 Value of Design Services: Delivery method: ❑ Design -Bid -Build Q CM@Risk ❑ Design -Build ❑ Other ( ) Construction completed on time & within budget: Q Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 11 Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: Q Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes C No Was the Engineer responsive to the Owner & Contractor? Q Yes ❑ No Was the Engineer timely with reviews and submittals? Q Yes ❑ No Did the Engineer quickly resolve issues as they arose? Q Yes ❑ No Comments: AQUADYNAMICS PERFORMED ALL WORK IN A PROFESSIONAL AND TIMELY MANNER. Name of individual co Signature'_ Telephone: 786-486-5269 eting this form: RANDY HOLLINGWORTH Date: 1-15-16 Sincerely, Jeovanny Rodriguez, P.E Director Title:471V��' E-mail: RHO LLINGWORTH@BERMELLOAJAMIL.COM RFQ-EE-R 50 Cite of Aliami Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: Name of Engineer: OFELIA TABOADA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: DELANCY PARK Scope of work; POOL CONSULTANT Value of project: $ 1.6 million Value of Design Services: $55,000 Delivery method: [ Design -Bid -Build ❑ CM@Risk ❑ Design -Build ❑ Other ( ) Construction completed on time & within budget: [11 Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑i No Quality of Design: C Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: [] Above expectations ❑ Average 7 Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes No Was the Engineer responsive to the Owner & Contractor? C Yes E No Was the Engineer timely with reviews and submittals? C' Yes ❑ No Did the Engineer quickly resolve issues as they arose? El' Yes ❑ No Comments: AQUADYNAMICS DID A FINE JOB WITH ENGINEERING DESIGN. THEY ALWAYS HAVE THE BEST INTERESTS OF THE COUNTY AT HEART WITH DECISION MAKING AND DESIGN Name of individual completing this form: ELEANE NAVARRO Date: 7/23/15 Signature: '`' Title: PROJECT MANAGER Telephone: 305-482-8700 E-mail: ELEANE.NAVARRO@STANTEC.COM Sincerely, Jeovanny Rodriguez, P.E. Director RFQ-EE-R 51 eitp of Aliami To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer. Daniel J. Alfonso City Manager Name of Engineer: OFELIA TABOADA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: GOULDS PARK Scope of work: POOL CONSULTANT Value of project: $ 1.3 million Value of Design Services: $55,000 Delivery method: Design -Bid -Build ❑ CMCRisk ❑ Design -Build ❑ Other ( ) Construction completed on time & within budget: C Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑® No Quality of Design: UJ Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: 0 Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes 0 No Was the Engineer responsive to the Owner & Contractor? C� Yes ❑ No Was the Engineer timely with reviews and submittals? [! Yes ❑ No Did the Engineer quickly resolve issues as they arose? C Yes ❑ No Comments: AQUADYNAMICS DID A FINE JOB WITH ENGINEERING DESIGN, THEY ALWAYS HAVE THE BEST INTERESTS OF THE COUNTY AT HEART WITH DECISION MAKING AND DESIGN Name of individual completing this form: ELEANE NAVARRO Date: 7/23/15 '� Title: PROJECT MANAGER Signature: ' �'`` �'::=: ;:�,�,,,,, Telephone: 305-482-8700 E-mail: 305-482-8700 Sincerely, Jeovanny Rodriguez, P.E. Director RFQ-EE-R 52 City of ffitanii Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: Name of Engineer: OFELIA TABOADA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: MIAMI DADE COLLEGE NORTH Scope of work: 9 LANE LAP POOL WITH LEARN TO SWIM AREA Value of project: $ Value of Design Services: $42,000 Delivery method: ■❑ Design -Bid -Build ❑ CM@Risk ❑ Design -Build ❑ Other ( ) Construction completed on time & within budget: ❑■ Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑■ No Quality of Design:❑ Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: El Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes ❑■ No Was the Engineer responsive to the Owner & Contractor? ❑■ Yes ❑ No Was the Engineer timely with reviews and submittals? Yes ❑ No Did the Engineer quickly resolve issues as they arose? ❑■ Yes ❑ No Comments: AQUADYNAMICS PERFORMED ALL WORK IN A PROFESSIONAL AND TIMELY MANNER. Name of individual co Signature: leting this form: SCOTT GREINER Telephone: 954-275-4058 Sincerely, Jeovanny Rodriguez, P.E. Director Title: E-mail: Date: 1-15-16 Senior Project Manager SGREINER@RDCDESIGNBUILD.COM 53 RFQ-EE-R Cite of filiami Daniel J. Alfonso City Manager To Whom it May Concem Subject: Reference Letter for Consultant's Engineer Name of Proposer: Name of Engineer: OFELIA TABOADA The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: NARANJA PARK Scope of work: POOL CONSULTANT Value of project: $ 1.3 million Value of Design Services: $55,000 Delivery method: 0 Design -Bid -Build ❑ CM c{.�Risk ❑ Design -Build 0 Other ( ) Construction completed on time & within budget: © Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? 0 Yes 0 No Quality of Design: 0 Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: ❑i Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes 0 No Was the Engineer responsive to the Owner & Contractor? 0 Yes ❑ No Was the Engineer timely with reviews and submittals? 0 Yes 0 No Did the Engineer quickly resolve issues as they arose? 0 Yes ❑ No Comments: AQUADYNAMICS DID A FINE JOB WITH ENGINEERING DESIGN. THEY ALWAYS HAVE THE BEST INTERESTS OF THE COUNTY AT HEART WITH DECISION MAKING AND DESIGN Name of individual completing this form: ELEANE NAVARRO Signature: "kowcu-� Title: PROJECT MANAGER Telephone: 305-482-8700 Sincerely, Jeovanny Rodriguez, P.E. Director Date: 7I23115 E-mail: ELEANE.NAVARR©@STANTEC.C©M RFQ-EE-R 54 itp of 1Tliamf Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: LEO A DALY Name of Engineer: RICARDO A. MARTIN, P.E. The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: BALLY TOTAL FITNESS AT MILLER SQUARE Scope of work: MECHANICAL ENGINEERING DESIGN Value of project: $ 3,000,000. Value of Design Services: $55,000. (MEP) Delivery method: ❑ Design -Bid -Build ❑ CM@Risk ❑ Design -Build Q Other ( Design Construction completed on time & within budget: 13 Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: El Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: 13 Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? [ Yes 0 No Was the Engineer responsive to the Owner & Contractor? 13 Yes ❑ No Was the Engineer timely with reviews and submittals? [1 Yes ❑ No Did the Engineer quickly resolve issues as they arose? 13 Yes ❑ No Comments: Martin-Vilato Associates, Inc. performed all of the scope of work for the above referenced project in a professional and timely manner. Name of individual completing this form: Ambrose Alcoser Date: 1/27/16 Signature: Telephone: 713 787-0000 Sincerely, Jeovanny Rodriguez, P.E. Director _Titte: Principal E-mail: AAlcoser@laalp.com RFQ-EE-R 55 1ttp of tan t Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: LEO A DALY Name of Engineer: E"RIQUE G. VILATO, P.E. The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: BALLY TOTAL FITNESS AT MILLER SQUARE Scope of work: ELECTRICAL ENGINEERING DESIGN Value of project: $ 3,000,000. Value of Design Services: $55,000. (MEP) Delivery method: ❑ Design -Bid -Build ❑ CM@Risk ❑ Design -Build Other ( Design Construction completed on time & within budget: 0 Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 0 Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: 0 Above expectations ❑ Average C Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes No Was the Engineer responsive to the Owner & Contractor? f1 Yes ❑ No Was the Engineer timely with reviews and submittals? 0 Yes ❑ No Did the Engineer quickly resolve issues as they arose? 0 Yes ❑ No Comments: Martin-Vilato Associates, Inc. performed all of the scope of work for the above referenced project in a professional and timely manner. Name of individual c Signature: pleting this form: Ambrose Alcoser Telephone: 713 787-0000 Sincerely, Jeovanny Rodriguez, P.E. Director Principal p Date: 1/27/16 E mail: AAlcoser@laalp.com RFQ-EE-R 56 Citp of :anti To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: LEO A DALY Name of Engineer: The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: BALLY TOTAL FITNESS AT MILLER SQUARE Scope of work: PLUMBING ENGINEERING DESIGN Value of project: $ 3,000,000. Value of Design Services: $55,000. (MEP) Daniel J. Alfonso City Manager RICARDO A. MARTIN, P.E. Delivery method: ❑ Design -Bid -Build [1 CM@Risk ❑ Design -Build 111 Other ( Design ) Construction completed on time & within budget: 11 Yes ❑ No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: 121 Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: I Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? C Yes iJ No Was the Engineer responsive to the Owner & Contractor? 0 Yes [ No Was the Engineer timely with reviews and submittals? i Yes ❑ No Did the Engineer quickly resolve issues as they arose? j Yes ❑ No Comments: Martin-Vilato Associates, Inc. performed all of the scope of work for the above referenced project in a professional and timely manner. Name of individual completing this form: Ambrose Alcoser Date: 1/27/16 Signature:t�- te: Principal Telephone: 713 787-0000 E-mail: AAlcoser@laalp.com Sincerely, Jeovanny Rodriguez, P.E. Director RFQ-EE-R 57 City of flitami Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: LEO A DALY Name of Engineer: Alberto Herrera. P E LEER AP The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: City of South Miami -South Miami Intermodal Transportation Plan Project Engineer- detailed recommendations for pedestrian facilities, bicycle facilities, intersection design, and sustainability. Scope of work: Value of project: $ $98,8Q0 Value of Design Services: Delivery method: ❑ Design -Bid -Build LiCM@Risk ElDesign-Buildr Other (Planning Study ) Construction completed on time & within budget: El Yes X No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes (l No Quality of Design: ❑ Above expectations El Average ❑ Below Expectations Errors and Omissions: ❑ Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes J No Was the Engineer responsive to the Owner & Contractor? ❑� Yes ❑ No Was the Engineer timely with reviews and submittals? • Yes ❑ No Did the Engineer quickly resolve issues as they arose? LI Yes ❑ No Comments: Name of individual -co; eting this form: Jennifer Korth, LEED GA Date: Signature) _ Telephone;/(3°5) 668-2514 Sincerely, Jeovanny Rodriguez, P.E. Director Title: Grants & Sustainable Intiatives E-mail: jkorth@southmiamifl.gov RFQ-EE-R 58 City of iiannt Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: LEO A DALY Name of Engineer: Paul A. Zillio, PE The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: City of Miami - Melreese Golf Course Clubhouse/Restaurant Scope of work: Structural design services for 17,500 SF Clubhouse/Restaurant Value of project: $ 4,000,000 Value of Design Services: 41,546.00 (structural) Delivery method: 1j Design -Bid -Build ❑ CM@Risk E Design -Build ❑ Other ( Construction completed on time & within budget: U Yes J No If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Design: U Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: j Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes ti No Was the Engineer responsive to the Owner & Contractor? �( Yes [. No Was the Engineer timely with reviews and submittals? # Yes ❑ No Did the Engineer quickly resolve issues as they arose? Q Yes ❑ No Comments: Name of individcompt g Signature: form: Sergio Pendas, AIA, LEED AP Title: Senior Associate Date: 1/26/2016 Telephone: (305) 461 Email: spendas@leoadaly.com Sincerely, Jeovanny Rodriguez, P.E. Director 59 RFQ-EE-R Citp of taint Daniel J. Alfonso City Manager To Whom it May Concern Subject: Reference Letter for Consultant's Engineer Name of Proposer: LEO A DALY Name of Engineer: Paul A. Zilio, PE The above referenced Consultant is submitting on a Request for Qualifications that has been issued by the City of Miami. We require that the Proposer provide written references for their Engineer with their submission and by providing you with this document the Consultant is requesting that you provide the following reference information. We would appreciate you providing the information requested below as well as any other information your feel is pertinent: Name of Project: Dinner Key Marina Dockmaster Building Scope of work: Structural Engineering Design for a 4-story, 8,4000-SF building Value of project: $4,347,724.00 Value of Design Services: $26,550 (structural) Delivery method: ❑■ Design -Bid -Build ❑ CM@Risk ❑ Design -Build ❑ Other ( Construction completed on time & within budget: ❑ Yes ❑■ No '• City and Contractor delays If no, did the PM at contribute to the delay(s) or increased cost? ❑ Yes ❑■ No Quality of Design: ❑■ Above expectations ❑ Average ❑ Below Expectations Errors and Omissions: Above expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors & omissions than anticipated) Did Errors & Omissions result in increased construction cost? ❑ Yes 0 No Was the Engineer responsive to the Owner & Contractor? Was the Engineer timely with reviews and submittals? Did the Engineer quickly resolve issues as they arose? Comments: 0 Yes ❑ No ❑■ Yes ❑ No ❑� Yes ❑ No Name of individual completing this for Signature: Telephone: 305 445 3765 Sincerely, Jeovanny Rodriguez, P.E. Director . James Piersol Date: 1/28/16 E-mail: jpiersol@mcharry.com 60 RFQ-EE-R AD 'NANIIC UEsIoN a[iOUP, INC:. A.01.1.47 C E4+3I\EER NO CONSULTANTS Personnel Assigned Mrs. Taboada has over 23 years of aquatic design experience with projects in Florida and elsewhere. With respect to this project, she has been the Project Engineer and Assistant Principal -in -Charge for several aquatics facilities, including several Municipal and High School Competitive pools that are similar in scope and complexity to this project. Her primary responsibilities are project management, hydraulic engineering design, and the internal production management of the AQUADYNAMICS DESIGN GROUP, INC. office in Miami Florida. Major emphasis is placed on the accurate completion of design detail, project design follow up, the finalization of bidding documents for permitting, construction, and construction administration. Role In Project: Engineer of Record and Production Manager Availability of Time for Project: 80% Related Experience: • Wilson Park Aquatic Facility and Community Center, Boynton Beach, FL - $6,189,000 — Engineer of Record. • C.B. Smith Park, Broward County, FL - $7,000,000 - Engineer of Record. • Gulliver Prepatory School, Miami, FL — 50m Competition Pool - Engineer of Record. • Jacobs Aquatic Center, Key Largo, FL - $3,500,000 — 25y x 25m Competition Swimming Pool with Dive Well. Engineer of Record. • Coconut Cove Aquatic Complex and Recreation Center, Boca Raton FL - $5,700,000 - Engineer of Record. • City of North Miami Beach Victory Park, 50m x 25yd Competition Swimming Pool - Budget $2.5 Million - Engineer of Record. • Mast Academy, Miami, FL. 25y x 25m Competition Swimming Pool with Dive Well — Budget $1,100,000 Engineer of Record. • Weston YMCA, Weston, FL. 25y x 50m Competition Swimming Pool - Budget $1,600,000 - Engineer of Record. • Nova High School, Broward County, FL - 25y Competition Pool with Dive Well and a Learn To Swim Pool - Engineer of Record. • Pinecrest School, Broward County, FL - 25y Competition Pool with Dive Well. Engineer of Record. Ofelia Taboada, P.E. Vice President Education Bachelor of Civil Engineering University of Havana 1989 Professional Experience 23 Years Registration State of Florida ENG 55339 Professional Affiliations World Water Park Association United Pool and Spa Association 61 AA/MARTIN - VILATO ASSOCIATES, INC. CONSULTING ENGINEERS RICARDO A. MARTIN, P.E. Education: B.S.M.E. - University of Florida, March 1971 Registration: Florida, 1975 California, 1980 Texas, 1981 Georgia, 1981 New York, 1991 Colorado, 1995 Experience: Years with the Firm: 35 (Founder) Years of experience: 44 For the past 44 years, Mr. Martin has been involved in the mechanical design of a variety of large industrial, commercial, and residential projects including manufacturing facilities, solid waste transfer stations, sewage and water treatment plants, rapid transit systems (under and above ground), airports, hospitals, office buildings, schools and universities, and high-rise apartment buildings; plus numerous other projects for private clients, for local, state and federal government, and for the military. Membership: ASME, ASHRAE, ASPE, FES, NSPE, FICE, ACEC, University of Florida Alumni Association 62 MARTIN - VILATO ASSOCIATES, INC. CONSULTING ENGINEERS ENRIQUE G. VILATO, P.E. Education: B.S.E.E. Advanced Work - Registration: University of Miami, January 1966. Georgia Institute of Technology and University of Miami, 1966-1968. Florida, 1970 Texas, 1981 Michigan, 1995 Massachusetts, 1995 Indiana, 1995 Missouri, 2000 Experience: Years with the Firm: 35 (Founder) Years of experience: 50 For the past 50 years, Mr. Vilato has been involved in the electrical design of a wide variety of large industrial, commercial, and residential projects including large manufacturing facilities, aircraft maintenance facilities, sewage and water treatment plants, urban transportation systems, expressway and arterial roadway lighting and signalization, airports, office buildings, schools and universities, and high-rise apartment buildings; plus numerous other projects for private clients, for local, state and federal government, and for the military. His design experience ranges from the implementation of aerial and underground power distribution systems to delicate architectural lighting design; from high -voltage switchgear applications to low -voltage monitoring, communications and signaling systems design. Membership: FES, NSPE, FICE, ACEC, IES, NFPA University of Miami Alumni Association 63 Alberto Herrera, P.E., LEED AP Civil Engineering Relevant Experience Regatta Park, Miami, FL — Serving as project engineer on the Kimley-Horn team providing landscape architecture and civil engineering services from concept through construction administration for Regatta Park in the City of Miami. Regatta Park is a new 15-acre waterfront passive park that will transform the underutilized waterfront into a more cohesive and vibrant public space to help connect the general public to the waterfront. The main features of the park include the Expo Lawn, Regatta Lawn, Tropical Gardens, Pedestrian Promenade, Multi -use Path Connector, Tree Alee Pedestrian Connector, and Children's Play Area and Parking Area. South Miami Intermodal Transportation Plan (ITP), South Miami, FL — Project engineer on the Kimley-Horn team that prepared the South Miami Intermodal Transportation Plan (SMITP). The City of South Miami desires to enhance the existing transportation system and mobility choices available to residents, workers, and visitors to the City. An integral component of this effort is to establish and implement the SMITP, which identifies an interconnected network of mobility and safety improvements based on smart growth and complete streets principles. The goal of the SMITP is to identify and prioritize pedestrian and bicycle projects throughout the City, as well as to enhance access to public transportation. Some of the improvements included in the Plan are bike paths, neighborhood greenways, sidewalks, crosswalks, on -street bike lanes, buffered bike lanes, enhanced shade landscaping and tree canopies, traffic calming to help make streets safer, and improving the timing for pedestrian crosswalk signals. Kimley-Horn prepared detailed recommendations for pedestrian facilities, bicycle facilities, intersection design, and sustainability. We developed an implementation plan that respects the limits of affordability and provides a strategy that the City could potentially follow to maximize the user benefit while keeping costs within reason of available funding sources. Design/Permitting/Construction Inspection/Administration, Miami -Dade County, FL Responsible for the design, permitting and construction inspections/administration for large-scale retail developments (250,000 sf to 400,000 sf) within Miami -Dade County, City of Homestead, City of Miami, and City of Doral. Responsible for the coordination, preparation, and permitting of site plans for the retail shopping centers. Also involved in the platting/ replatting of the land slated for use by the developers. Coordinated various tenant needs specific for utility service, grading/ pavement design, and other aspects of development in addition to design/permitting of overall center. Coordinated the rapid changes associated with the various tenants entering/executing leases during varying phases of the site development and vertical building. Fisher Island Ferry Terminal, Miami, FL — Project manager. Kimley-Horn was retained by Fisher Island Community Association for the proposed development of a parking garage and improvements to the existing ferry terminal vehicle loading/unloading area. Kimley-Horn developed various alternatives for the ferry terminal vehicle loading area aimed at facilitating the egress of the vehicle from the loading area and their access to MacArthur Causeway. As part of the design process, the Florida Department of Transportation and Kimley-Horn worked closely to evaluate each option working towards a full construction set of plans inclusive of driveway modification plans, drainage plans, and a traffic signal modification plan. The selected option involved realignment of the egress road, which also triggered a modification to an existing seawall and required permitting. The development of the parking garage was on an adjacent parcel. The development of the site involved the design of access roads to the parking for ingress and egress, site drainage and water/sewer services for the garage which was programmed to have small office space for rental purposes, The design of the access drives was closely coordinated with a second existing ferry to allow the connection of the access drive to the ferry loading area. Client: Fisher Island Community Association, Nicholas Azar, Vice President of Operations (305) 968-1688 (Ongoing as of 03/03/15) Paving, Grading, and Stormwater Collection/Treatment Systems and Drainage Retrofits, Various Locations, FL Designed various paving, grading, and stormwater collection/treatment systems and drainage retrofits for the City of Miami, DERM, Miami -Dade County, and Village of Pinecrest among other municipalities. Participated in the review of several Pump Station Improvement Projects (PSIP) for the Miami -Dade Water and Sewer Department. Responsible for review of contract documents, construction phase documents, record drawings, and field reports from which reports were produced that summarized the information reviewed and findings associated with said review. Special Qualifications Civil engineering experience involving land/ site development, water and sewer collection/ transmission systems, storm drainage systems, water management pump stations, permitting, and construction administration Professional Credentials Master of Science, Civil Engineering, University of Miami Bachelor of Science, Civil Engineering, University of Miami Professional Engineer in Florida ?rofessionalOrganizatio F U.S. Green Building Council Chi Epsilon 64 Kimley >»Horn EDUCATION Bachelor of Science in Civil Engineering University of Michigan April 1981 Major: Civil Engineering PROFESSIONAL EXPERIENCE Experience Prior to BNI: 5 years With BNI since 1986 PROFESSIONAL REGISTRATIONS Licensed Professional Engineer — Florida Certified Special Inspector — Florida PROFESSIONAL ASSOCIATIONS American Institute of Steel Construction Florida Structural Engineering Association National Council of Examiners for Engineering and Surveying PAUL A. ZILIO, PE Senior Principal/Partner Paul worked in a variety of roles for a major general contractor and became a Certified General Contractor prior to joining BNI. Since joining BNI, Paul has worked on a number of design -build projects and often served as Threshold Inspector. These experiences have given Paul a unique insight into partnering and the value of good and timely communication and have helped lead BNI to recommendations by a number of contractors. Paul has designed a variety of structural systems, including cast -in -place concrete, composite precast concrete, tilt -up concrete, and structural steel. He works closely with designers and builders, regardless of delivery method, to make structural decisions that balance aesthetics, constructability, cost and schedule. Relevant Projects Miami Springs Aquatic Center, Miami Springs, Florida (Design -Build) (Under Construction) • New state-of-the-art community -oriented aquatic center with water activities, cabanas, a large activity room, concession stand, modern support facilities with lockers, restrooms, showers, and a consolidated community center campus parking lot. • Principal in Charge, Project Manager Ransom Everglades Aquatic Center, Coconut Grove, Florida • New Olympic -size pool, a training pool, pool deck, grandstands, covered parking, lockers, showers, offices and other support structures. • Principal in Charge Dinner Key Dockmaster Building, Coconut Grove, Florida • Four-story, 8400-SF building located in a VE flood zone • Principal In Charge Fishing Pier Entrance Re -Design, Deerfield Beach, Florida • Three pier entrance buildings that features a welcome center, restaurant, bait and tackle shop rental booth, public restrooms, second story public observation deck, office space for Ocean Rescue, and dune crossover. • Principal in Charge GSA Trade Shop Facility, Miami, Florida • 1oo,000-SF trade warehouse including a zo,000-SF office/storage space mezzanine, and parking for 214-cars. • Principal In Charge, Engineer of Record, Threshold Inspector www.bniengineers.com 65 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Ronald Wiendl, AIA RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Woodfield Pool Renovations Woodfield Country Club $22.2 million Designer/Architect CA PGA Waterfront Allied Development South FL $18.0 million Designer/Architect SD Al Tamimi King Fand University Al Tamimi Consult Engineering Design Only Designer SD Hemis Fair Park Zachary Development Design Only Designer SD Availability based on 0/0 of time per month Month 1 50 Month 4 60 Month 7 60 Month 10 60 Status Abbreviations: Month 2 50 Month 3 50 Month 5 60 Month 6 60 Month 8 60 Month 9 60 Month 11 60 Month 12 60 PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 31,1 month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Sergio Pendas, AIA, LEED AP RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Miami -Dade County Service Stair Miami -Dade County ISD $50,000 Project Manager CD Miami -Dade County Courthouse Roof Miami -Dade County ISD $300,000 Project Manager DD HARB Hangar 741 USACE $250,000 Project Manager CA Wolfson Parking Garage Miami Dade College $14.4 million Project Architect CA SMH OB OR Room Replacement South Miami Hospital (SMH) $4.0 million Project Manager CA Availability based on % of time per month Month 1 50 Month 4 80 Month 2 70 Month 3 80 Month 5 80 Month 6 80 Month 7 80 Month 8 80 Month 10 90 Month 9 80 Month 11 90 Month 12 90 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3R1 month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would he June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Ofelia Taboada RFQ Solicitation No.: 14-154)37 Name of Project Owner of Project Value of Project Role in Project Status of Project The Surf Club Four Seasons $4 MILLION PM/EOR CA=95% Miami Springs Aquatic Center City of Miami Springs $2 MILLION PM/EOR CA=75% 400 Sunny Isles Beach 400 Sunny Isles LLC $2 MILLION PM/EOR CA=95% Oceania Bal Harbor Consultatio USA $3 MILLION PM/EOR CA=75% Palazzo Delia Luna PDS Development LLC $2 MILLION PM/EOR CA=50% Availability based on % of time per month Month 1 50 Month 4 55 Month 7 65 Month 10 80 Month 2 50 Month 3 50 Month 5 60 Month 6 60 Month 8 70 Month 9 80 Month 11 80 Month 12 80 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (if the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility Name of Key Personnel: Ricardo A. Martin, P.E. RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project COMM. CENTER /OAK RIDGE PARK(DESIGN CRITERIA) M-D PROS $5 MILLION MECHANICAL ENGINEERING CA PORT-MIAMI TERMINAL F EXPANSION(DESIGN CRITERIA) MIAMI-DADE COUNTY $30 MILLION MECHANICAL ENGINEERING DD 701/703 WATERFORD BLDGS.-TENANT INPROVEMENTS THE HOGAN GROUP VARIOUS MECH.ENGRG / /PROJ. MGMT CD/CA 5200/5201/5301WATERFORDBLOGS:TENANTIMPROVEMENTS THE HOGAN GROUP VARIOUS MECH.ENGRG / /PROJ. MGMT CD/CA FOUNTAIN SQUARE SHOPPING CENTER REGENCY CENTERS $50 MILLION MECHANICAL ENGINEERING PC Availability based on % of time per month Month 1 50 Month 4 50 Month 7 50 Month 10 50 Month 2 50 Month 3 50 Month 5 50 Month 6 50 Month 8 50 Month 9 50 Month 11 50 Month 12 50 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility Name of Key Personnel: Enrique G. Vilato, P.E. RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project COMM. CENTER /OAK RIDGE PARK(DESIGN CRITERIA) M-D PROS $5 MILLION ELECTRICAL ENGINEERING CA PORT-MIAMI TERMINAL F EXPANSION(DESIGN CRITERIA) MIAMI-DADE COUNTY $30 MILLION ELECTRICAL ENGINEERING DD PELICAN HARBOR MARINA PARKING LOT M-D PROS $300,000 LIGHTING DES. /ELEC.ENGRG. DD VARIOUS PARKS-40 YEAR INSPECTION M-D PROS $16,000 ELECTRICAL INSPECTIONS PD MASS MUTUAL OFFICES 1221 BRICKELL BLDG. $200,000 ELECTRICAL ENGINEERING CA Availability based on % of time per month Month 1 50 Month 4 50 Month 7 50 Month 10 50 Month 2 50 Month 3 50 Month 5 50 Month 6 50 Month 8 50 Month 9 50 Month 11 50 Month 12 50 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title:_Shenandoah Park and New Swimming Pool Facility B-40563_ShenandoalRlhAIlSelitli ioivAfmn� PgdlTicility B-40563 Name of Key Personnel: Alberto Herrera, P.E., LEED AP Name of Project Owner of Project Value of Project Role in Project Status of Project Regatta Park City of Miami 9 million Civil Engineer CA Baywalk Plaza Village of N. Bay Village TBD Civil Engineer PC Mt. Sinai Mt. Sinai TBD Civil Engineer PICA Link at Douglas (Phase 1) Miami -Dade County TBD PM PD Bayside General Growth Properties TBD PM SD Availability based on % of time per month Month 1 50 Month 4 50 Month 7 50 Month 10 50 Month 2 50 Month 5 50 Month 3 50 Month 6 50 Month 8 50 Month 9 50 Month 11 50 Month 12 50 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Paul Zilio, PE RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Doral Police Facility - Police Addition City of Doral $40,000 Structural Engineering CA Miami Lighthouse for the Blind Wolfberg Alvarez (Architect) $45,000 Structural Engineering DD 12000 Biscayne Blvd SBLM Architects $1,500,000 Structural Engineering CA Miami Springs Aquatic Center Alleguez Architecture $5,000,000 Structural Engineering CA Jonathan Dickinson State Park Prototype Concession Budding FDEP $1,000,000 Structural Engineering SD Availability based on % of time per month Month 1 50% Month 4 70% Month 7 70% Month 10 70% Month 2 60% Month 3 70% Month 5 70% Month 6 70% Month 8 70% Month 9 70% Month 11 70% Month 12 70% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3r 1 month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: George Puig, PLA RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Regatta Park CA City of Miami $9,000,000 Project Manager CA Coral Pine Park Village of Pinecrest $100,000 Landscape Architect PD Miami Worldcenter Miami Worldcenter TBD Landscape Architect DD Miami River Project Miami River LLC TBD Landscape Architect CD Design Place SAP Design Place LLC TBD Landscape Architect SD Availability based on 0/0 of time per month Month 1 30 Month 4 60 Month 7 80 Month 10 90 Month 2 40 Month 3 40 Month 5 70 Month 6 70 Month 8 80 Month 9 80 Month 11 90 Month 12 90 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 George Puig, PLA Landscape Architecture Relevant Experience City of Miami General Landscape Architectural Services Contract, Miami, FL Serving as project manager for the Kimley-Horn team that is providing the City of Miami with landscape architecture services at various project sites throughout the City. Services include the design of landscape architectural components including hardscape, landscape, site furniture, site lighting and irrigation for different project types including parks, streetscapes, and other related urban p' ublic realm areas from concept through construction.The contract is being funded through The City of Miami Capital Improvements Program (OP). General Landscape Architectural Services Contract, Village of Palmetto Bay, FL Serving as project manager for the Kimley-Horn team that is providing the Village of Palmetto Bay with landscape architecture services, including the design of landscape architectural components including hardscape, landscape, site furniture, site lighting and irrigation for different project types including parks, streetscapes, and other related urban public realm areas from concept through construction. Regatta Park, Miami, FL — For the City of Miami, Project Manager for the Kimley-Horn team that provided landscape architecture services for Regatta Park in the City of Miami, a new15 acre waterfront passive park that will transform the underutilized waterfront into a more cohesive and vibrant public space that will help connect the general public to the waterfront. The main features of the park include the Expo Lawn, Regatta Lawn, Tropical Gardens, Promenade, Multi -use Path Connector, Tree Alee and Children's Play Area. Kimley Horn was tasked with the landscape architectural and civil engineering design of the park from concept through construction administration. Coral Way Medians, Miami, FL — For the City of Miami, Project manager and landscape architectural design lead responsible for the conceptual plans and exhibits for the landscape improvements within 2.5 miles of existing Coral Way medians between SW 12th Avenue and SW 37th Avenue. Key to the design is the preservation of the existing historic Banyan Trees and the integration of proposed shrubs and groundcovers around them in order to create an iconic look for this important roadway within Miami Dade County. Coral Way Community Center Playground, Miami, FL — For the City of Miami, Project manager and landscape architectural design lead responsible for the preparation of several 3D Exhibits that show the improvements related to the proposed playground adjacent to the Coral Way Community Center. Ingraham Park, Coral Gables, FL — Served as project manager. Kimley-Horn is responsible for the landscape, hardscape, fountain, site furniture, irrigation and architectural improvements at Ingraham Park, a 1.5-acre park at the intersections of Le Jeune Road and Ingraham Terrace in Coral Gables. Ingraham Park has been a passive park for the City of Coral Gables for many decades, but does not include any significant recreational features or amenities to be enjoyed by residents and visitors.The inclusion of walking/exercise trails, outdoor exercise equipment, trellises, fountains, and site furniture using historic Coral Gables architecture prominent throughout the City as inspiration, provides residents and visitors with the opportunity to enjoy many additional activities within the park. Doral Serene Park (aka Downtown Triangle Park), Doral, FL — Serving as project manager. Kimley-Horn prepared the conceptual plan and construction documents for a two -acre park across from the recently completed City Hall in Downtown Doral. The concept for the park is based on "offering a quiet respite amidst the urban context in order to connect your mind, body, and spirit and discover about yourself, about your community, and about your place in the world." Park amenities include a labyrinth, sunken garden, yoga/tai- chi lawn, contemplative pond, tree bosque, reading rooms/seating circles, scent garden water features, plazas, and passive trails. Note:This project was performed under our General Engineering and Architectural Services contract. Special Qualifications • Has more than 25 years of landscape architecture experience • Chair of the Miami - Dade County Waterfront Development Review Committee Citizens for a Better South Florida Executive Board Member Team oriented with a unique blend of design knowledge and management experience Critical involvement in recreational and streetscape type projects from concept through construction administration Professional Credentials Bachelor of Landscape Architecture, Landscape Architecture, University of Florida Professional Landscape Architect in Florida and Puerto Rico Crime Prevention Through Environmental Design (CPTED) certification Roadside Vegetation Management advanced training certification Professional Organizations American Society of Landscape Architects (ASLA) Urban Land Institute Colegio de Arquitectos y Arquitectos Paisajistas de Puerto Rico (CAAPPR) 74 Kimiey0Horn Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Fernando Gatell, PSM RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Bayshore Golf Course City of Miami Beach $64,340.00 Principal in Charge/QA_QC 25% Completed South District Wastewater Treatment Plant. Miami -Dade Water and Sewer Department $32,846.68 Principal in Charge/QA_QC 100% Completed D B Services for the Replacement of Water Mains Shenandoah Area Miami -Dade Water and Sewer Department $245,000.00 Principal in Charge/QA_QC 70% Completed District -Wide Survey and Mapping Services Support Florida Department of Transportation District 4 $1 500 000.00 Principal in Charge/QA_QC 85% Completed District wide Miscellaneous SUE Contract Florida Department of Transportation District6 $1,500,000.00 Principal in Charge/QA_QC 50% Completed Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Form RFQ- WC Availability based on % of time per month Month 1 75 Month 4 75 Month 7 70 Month 10 60 Month 2 75 Month 3 75 Month 5 75 Month 6 75 Month 8 70 Month 9 70 Month 11 60 Month 12 60 P=Permitting CA=Construction Administration PC- Post Construction 02/18/09 EXPERTISE Surveying Mapping Subsurface Utility Engineering (SUE) EXPERIENCE With FRA: 13 Years With Others: 40 Years EMPLOYMENT Joined FRA 9/2002 EDUCATION B.D. Surveying Camaguey School Cuba (1965) B.S. Clego de Avila Cuba (1959) Ignacio Agramont Univ., Cuba (1958) REGISTRATION Professional Surveyor & Mapper Florida No. LS-2821 (1975) OFFICE LOCATION Miami. Florida 4-4R. ALEMAN As— CONSULTING ENGIIEERS 8 SURVEYORS FERNANDO Z. GATELL, PSM Professional Surveyor & Mapper Mr. Gatell is the Director of Surveying & Mapping for F.R. Aleman & Associates, Inc. He has over 50 years of experience which covers all of the facets of Surveying and Mapping, from complicated boundary disputes to Right -of -Way, engineering, design, environmental, GPS, construction and specialized surveys. Mr. Gatell taught Legal Aspects of Surveying for many years at Miami -Dade Community College and for over 15 years served as a member of an Advisory Group for Engineering and Surveying for Miami Dade Community College. PROJECT EXPERIENCE Surveying, Topographical & Mapping Services, City of Miami -Beach (2008 - 2011; 2011 - Present). FRA provides surveying services to the City of Miami Beach in this multi -task, multi -year Survey and SUE Contract. Mr. Gatell serves as Principal in Charge/QA/QC and has performed multiple Survey Tasks at locations including South Pointe Park, Nautilus Middle/Polo Park, Fisher Park, among others. Tasks include Specific Purpose Surveys, Control Surveys, Boundary Surveys, and the location of the Mean High-water Line. Contact: Ms. Rhonda Gracie (305) 673-7000 Ext. 6311/Mr. Brian Bellino (305) 673-7000 Ext. 6132 General Land & Engineering Survey Contract, Miami -Dade County (2008 - Present). FRA provides miscellaneous surveys on a task -work order basis. Mr. Gatell provides surveying services as needed for this project. Typical assignments include the preparation of topographical, boundary, and record plats. This project requires a great deal of coordination with other agencies within the County such as DERM, FEMA, Parks & Recreation Department, Public Works, WASD, and the Miami Airport International Airport. A sampling of the services provided under this contract include the complete survey for right-of-way and Design for the Coral Gables Canal, the complete Topographic Survey for SW 147th Ave., and the complete Topographic Survey for Caribbean Boulevard. Contact: Mr. Luis Lacau, PSM (305) 375-5774 DB13-WASD-03: Design Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area (Phase A) (04/2015 - Present). FRA is providing a Complete Design Survey of water & Sewer mains for the Shenandoah Neighborhood for 750 single family homes from SW 17th Ave. to SW 27th Ave. and from SW 8th St to SW 16th St. Additionally, FRA is performing underground utility survey, including Vacuum Excavation Test Holes (soft digs) to verify the location of underground utilities. FRA provides complete Designation of the entire neighborhood as a part of the EAC Consulting Team. This project involves 31 thousand linear feet of underground designations with surveying. In addition, we are providing Location of 150 test holes at requested locations with survey. FRA provided a complete Topographic Survey and Underground Utility Investigation for the entire Shenandoah Phase A Project. The schedule for this project established the deadline for submittal of all Topographic and Underground Survey of ±50,000LF to be within 8 weeks from Notice to Proceed. FRA used up to five field survey and three SUE crews simultaneously to be able to complete the survey/SUE task on time. Project is in schedule for completion due to the aggressive approach from our survey/SUE Departments, which has improved relations between the Design Build Team, the City of Miami, and the Miami -Dade Water and Sewer Department. Mr. Gatell, as Director of Surveying and Mapping, is responsible for coordinating Survey activities and ensuring all necessary resources are available for this project. Mr. Gatell is also responsible for establishing FRA's Quality Assurance and Quality Control Plan for this project and is involved in every part of the project process, from Survey Control to the review of the Test Holes. The builder for this project is Ric -man Construction Florida. Contact: Brian Trujillo, P.E. (305) 275-3101 Survey Services, City of Miami (2008 - 2011) FRA was part of the Metric Engineering team, and Mr. Gatell served as Project Manager for this contract. The project included providing Design Survey on as -needed basis FRA performed specific purpose surveys, control surveys, and Right -of -Way Delineation on seven different Work Orders. Contact: Fernando Larios (305) 235-5098 76 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3r<< month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Ivan Marti RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Districtwide S.U.E. FDOT 6 $1,500,000.00 Field Supervisor PD Districtwide S.U.E. FDOT 7 $1,500,000.00 Field Supervisor PD Broward County Locations Broward County $150,000.00 Field Supervisor PD Citywide S.U.E. City of Fort Lauderdale $212,000.00 Field Supervisor PD Gandy Blvd. FDOT 7 $87,000.00 Field Supervisor PD Availability based on % of time per month Month 1 50% Month 4 50% Month 7 50% Month 10 50% Month 2 50% Month 3 50% Month 5 50% Month 6 50% Month 8 50% Month 9 50% Month 11 50% Month 12 50% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 EXPERTISE Surveying Subsurface Utility Engineering (SUE) EXPERIENCE With FRA: 15 Years EMPLOYMENT Joined FRA: 05/2000 EDUCATION High School Diploma Carlos J. Finlay Havana, Cuba CERTIFICATIONS Florida Intermediate Training - ATSSA (2010) OFFICE LOCATION Miami. Florida F. ALEMAN Ass cciaes. Inc CONSULTING ENGINEERS6 SURVEYORS IVAN MARTI Utility Locations /SUE Field Supervisor Mr. Marti specializes in locating and designating subsurface utility systems. He joined FRA in 2000 as a Technician on the SUE team. Today he is FRA's Field Supervisor for all South Florida utility crews. Among the daily supervision and scheduling of the crews, he also performs the QA/QC of test hole reports prior to handing them over to our CADD operators. During his experience with SUE work over the last 15 years, he has become intimately familiar with the standards and procedures of FDOT; Miami -Dade Water and Sewer Department (M-DWASD); as well as various local cities, counties and municipalities. Mr. Marti is specially trained to operate the Ground Penetrating Radar (GPR) system and is the primary technician for our South Florida operations. He was recently involved with two projects that utilized 2D & 3D BIM technology, and he has been cross -trained with SUE and survey procedures for expedited field services. PROJECT EXPERIENCE DB13-WASD-01: Design Build Contract for the Installation of Gravity Sewer Interceptors for the Master Pump No. 3. Micro -Tunneling (Brickell Area) (04/2014 - Present). FRA provided the Complete Design Survey for the entire project. The project site includes SW 2nd Avenue, from SW 13th Street to SW 7th Street and SW 13th Street from Brickell Avenue to SW 2nd Avenue. FRA performed complete a Topographic Survey for this high -profile and complex project, including the location of underground utilities and overhead lines in conflict with the proposed Micro -Tunneling. FRA is also providing an As -Built Survey of the installed Micro -Tunnel. Additionally, FRA provided underground utility investigations to the Design Build Team as part of the effort to coordinate all the underground utility in conflicts with the proposed tunnel. Ric -man Construction Florida is the builder, and Jacobs is the designer. Mr. Marti served as SUE Field Supervisor. Contact: Mr. Eduardo M. Luis (786) 552-8948 Land Surveying Services, Miami -Dade County Public Schools (03/2004 - 05/2008; 01/2008 - 06/2013). FRA was awarded two consecutive contracts as a Prime consultant by the MDCPS board. Under this contract, FRA performed nearly all types of survey services including boundary, topographical, specific purpose, title searches, elevation certificates, roof surveys, etc. Other types of work provided included ground penetrating radar (GPR), underground utility location and designation. Mr. Marti served as a GPR Technician on an as -needed basis for this project. Over the course of the contract, we were assigned 96 work orders most of which were at different schools, on many occasions the services were required immediately and FRA's survey/utility crews begun work within 24 hours of being issued the assignment. The client benefited by receiving SUE and Survey data which enabled them to identify, address and remedy potential utility conflicts during the projects design phase. Contact: Ms. Nancy Tobin (305) 995- 2423 Districtwide Utility Location Services, FDOT 6 (10/1999 - 01/2005; 2011 - Present). Mr. Marti provides exact horizontal and vertical locations of the existing underground utilities by way of electromagnetic and other geophysical location techniques including vacuum excavation. The client benefited by receiving SUE and Survey data which enabled them to identify, address and remedy potential utility conflicts during the project's design phase. Contact: Mr. Tony Soto (305) 470-5232 Districtwide Utility Location Services & Districtwide Underground Utility Services Contract, FDOT 4 (11/2000 - 11/2006; 05/2006 - 05/2011). Mr. Marti routinely provided designation and location of the existing surface and subsurface utilities to support the design of construction plans on projects selected by the Department. He provided the exact horizontal and vertical locations of the existing underground utilities by way of electromagnetic, sonic, and other geophysical location techniques including vacuum excavation. It is important to note that FRA has been awarded two consecutive contracts by the Department. Contact: Mr. Ken Olson (954) 777-4563 No Longer with FDOT / Mr. Bob Hughan, PSM (954) 777- 4558 78 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Brendan M. Larkin, P.E. RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Pembroke Lakes Mall Expansion General Growth Properties N/A Geotechnical Consultants CD Seminole Classic Casino Parking Expansion Seminole Gaming and Development N/A Geotechnical Consultants CD Beacon Lakes — Expansion Site PROLOGIS N/A Geotechnical Consultants CD SKYRISE MIAMI BERKOWITZ DEVELOPMENT COMPANY N/A Geotechnical Consultants DD Availability based on % of time per month Month 1 15 Month 2 15 Month 3 15 Month 4 15 Month 5 15 Month 6 15 Month 7 15 Month 8 15 Month 9 15 Month 10 15 Month 11 15 Month 12 15 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 BRENDAN M. LARKIN, P.E. PROJECT ENGINEER PROFESSIONAL CAPABILITIES: Mr. Larkin has more than 18 years of construction and engineering experience. His background includes geotechnical exploration and evaluation, construction testing and inspection, forensic engineering and telecommunication project coordination. Mr. Larkin is licensed by the State of Florida Board of Professional Engineers as a Professional Engineer. Mr. Larkin holds a Bachelor of Science Degree in Civil Engineering and a Master's Degree in Construction Management. Geotechnical Exploration and Evaluation Mr. Larkin has participated in numerous projects involving the geotechnical exploration, evaluation, and design of drilled shafts, auger -cast piles and general building foundations. His field experience includes the installation of auger -cast piles, drilled shafts as well as static load tests on auger -cast piles and vibration analysis for pile driving operations. Construction Testing and Inspection NOVA ENGINEERING AND ENVIRONMENTAL EDUCATION: • Bachelor of Science in Civil Engineering, University of Florida, 1995 • .11uster of Engineering. L.niversity of Florida. 1997 CERTIFICATIONS/ REGISTRATIONS: • Professional Engineer, Stale of Florida. 601-15 Mr. Larkin performed senior technical review for inspections, testing and engineering on numerous for commercial and threshold construction projects. His threshold inspection experience includes over 10 public school buildings with tilt -up wall construction in excess of 5000 sq. ft.; as well as terminal and concourse construction inspections for an international airport. Other full time inspection experience on large buildings include five Wa1-Mart buildings and over six condominium buildings over 10 stories in height. He has managed engineers and engineering technicians performing inspection and testing services. He has also performed and managed structural, roadway and geotechnical laboratory testing. Forensic Engineering Evaluation Mr. Larkin performed forensic evaluation on foundations, structural members and roof tops on single and multi -family structures, commercial structures and parking garages, due to damage from sink holes, wind damage, fire, water intrusion, soil settlement and inefficient design/construction. He has performed expert witness testimony for mitigation cases related to construction forensics. Telecommunications Mr. Larkin performed project coordination and provided telecommunication engineering management services for new buildings, towers, rooftop/building sites. Management responsibilities included civil, electrical and structural analysis, inspection and investigation, surveying, geotechnical, environmental, permitting, utility coordination, construction planning and scheduling. Mr. Larkin serves as a laboratory supervisor, geotechnical engineer and building/forensic inspector for our Fort Lauderdale, Florida office and as Project Engineer to assist clients in construction project management. In addition to providing project management services, he also reviews the quality of installation and workmanship of various components and construction systems to ensure proper installation was completed in accordance with acceptable construction practices. 80 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June). RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Jamey A. Cote RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project Seral Corp. Parcel PROLOGIS N/A Soil1GWContamination Assessment PD Dunn, Busot, DeLaVega Parcels PROLOGIS N/A SOII!GW Contamination Assessment PD SKYRISE MIAMI Berkowitz Development Group N/A Soii/GWContaminationAssessment PD MIA Terminal G-H Baggage Handling Miami -Dade County Aviation Dept. N/A Soil Contamination Assessment PD Availability based on % of time per month Month 1 15 Month 4 15 Month 7 15 Month 10 15 Month 2 15 Month 3 15 Month 5 15 Month 6 15 Month 8 15 Month 9 15 Month 11 15 Month 12 15 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC 02/18/09 JAMEY ALLYN COTE STAFF SCIENTIST PROFESSIONAL CAPABILITIES: Jamey Allyn Cote is a Staff Scientist with the Fort Lauderdale, Florida office and is responsible for Phase I and I1 Environmental Site Assessments, contamination assessments, underground storage tank and source removal, soil boring and monitoring well installation supervision, soil classification and logging, groundwater and soil quality sampling, analytical data interpretation and report writing, client development, project proposals and project management activities. REPRESENTATIVE PROJECT EXPERIENCE: Retail: • Dry Clean USA, Plantation, Florida • Jiffy Lube, Dania Beach, Florida Office/Commercial: • Gables One Tower, Coral Gables, Florida Municipalities/Government: • Miami -Dade County DERM, Florida Airports: • Miami International, Miami, Florida Manufacturing/Industry: • The City of Coral Gables Maintenance Yard • Former Renuart Lumber Yard, Coral Gables, Florida • Vulcan Material Company, Dade and Broward County Quarry Closures • Imagination Farms Landfill Closure, Davie, Florida PROJECT PROFILES: NOVA ENGINEERING ANO ENVIRONMENTAL EDUCATION: B.S. Environmental Science, Florida International University (pending) CERTIFICATIONS / REGISTRATIONS: • OSHA 40 Hour Havoper • Miami International Airport, Ground Transportation Improvements, Miami, Florida. Environmental sampling/reporting for dewatering effluent. • Storage Tank Closure Assessments and Reporting, Coral Gables, Florida: Responsible for performing storage tank closure assessment and reporting, which included the excavation and removal of 16 underground storage tanks for an anonymous client in Coral Gables, Florida. • Lumber Yard Assessment, Coral Gables, Florida: Soil and groundwater quality sampling at a lumber yard in Coral Gables, Florida, during pre -acquisition assessment for an anonymous client. The assessment targeted heavy metal impacts to soil and groundwater, specifically, arsenic. Over 200 discrete -interval soil samples were collected and analyzed over a 7-acre parcel. • Vulcan Material Company, Dade and Broward Counties, Florida: Worked closely with Project Manager on cleanups related to petroleum contamination from the operation of former quarry pits in Dade and Broward counties. The assessments included approximately 2,000 acres of land formerly utilized for mining aggregate, with asphalt and concrete batch plants included within the operations. • Imagination Farms (Former Davie Landfill), Davie, Florida: Assisted Project Manager in the review of landfill assessment and closure documents for an anonymous client interested in developing the former Davie Landfill. Performed various assessments in the nearby vicinity of the former landfill, which included the removal and formal closure of three storage tank facilities, their related cleanup and closure. 82 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form is to be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is to be calculated starting the 3rd month after the month the RFQ is due. (If the RFQ is due in March then Month 1 would be June]. RFQ Title: Shenandoah Park and New Swimming Pool Facility B-40563 Name of Key Personnel: Keith Emery, President RFQ Solicitation No.: 14-15-037 Name of Project Owner of Project Value of Project Role in Project Status of Project FLL Airport-T4 Reconfiguration & Expansion Broward County Aviation Dept. $68M Cost Estimator CD FLL Airport Chiller & Emergency Power Plant Upgrades Broward County Aviation Dept. $373,000 Cost Estimator CD Program Mgr./Cost & Program Controls Svcs. The School Board of Broward County $800M Program Mgr./Cost Estimator SD, DD, CD Las Olas Boulevard Corridor Project City of Fort Lauderdale, FL $38M Cost Estimator CD Ft. Lauderdale Beach - Streetscape Improvements City of Fort Lauderdale, FL $10M Cost Estimator CD Availability based on % of time per month Month 1 30% Month 2 30% Month 4 30% Month 7 30% Month 3 30% Month 5 30% Month 6 30% Month 8 30% Month 9 30% Month 10 30% Month 11 30% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ- WC Month 12 30% 02/18/09 CMS CONSTRUCTION MANAGEMENT SERVICES, INC. KEITH (ARMON PHILLIP) EMERY Principal -in -Charge Education: Bachelors Degree in Civil Engineering and Construction Management with a Higher National Certificate (H.N.C.) Diploma in Quantity Surveying and Estimating from the University of Lancashire (London, England) Work Experience: Over 45 years of experience that includes eleven years self-employed as President of a General Contracting/Management firm in the Caribbean and Europe and 40 years as President of CMS -Construction Management Services, Inc. (established in 1980, incorporated in 1976); Expert Witness Services provided for numerous court cases Professional Background: High rises, offices, condominiums, townhomes, single-family homes, shopping centers, airport facilities, cruise -port facilities, service stations, banks, drainage systems, sewer/water mains and pumping stations, museums, auditoriums/theaters, cultural arts centers, schools (K-12), colleges and universities, hospitals and medical facilities, storage and maintenance facilities, highways and secondary roads, bridges, parking garages, parks, community and recreational centers, libraries, country clubs, hotels and resorts, public safety facilities, courthouses and judicial complexes, police stations, fire stations, various state and federal government projects, etc. Project Experience: Construction Management/Owner's Representative (Park Projects): Broward County — Vista View Park Expansion (Davie) and Prototype Park Facilities (includes Tradewinds Park in Coconut Creek and Carver Ranches Park in West Park) • City of Coconut Creek — Lakeside Park, Sabal Pines Park, Donaldson Park/Rowe Community Center and Coconut Creek Community Center, Fern Forest Nature Center, Windmill Park's Ted Thomas Recreation Center, City Hall Retrofit • City of North Miami Beach —Taylor Park, 167th Street Athletic Field, and Washington Park ■ City of Fort Lauderdale — Joseph C. Carter Park • City of Deerfield Beach — Pioneer Park Community Center (Phase I) Quantity Surveyor/Cost & quality Consultant (Development/Expansion/Renovation of Parks): City of Fort Lauderdale — Everglades Holiday Park • City of Hollywood — Young Circle Arts Park New Visual Arts Building • Palm Beach County — South County Regional Park (Boca Raton) • Martin County — Halpatiokee Regional Park Site Improvements (Stuart) • City of Fort Lauderdale — Civil Peoples Park • City of Lauderdale Lakes — Northgate Park Expansion • City of Miramar — Cultural Arts Center/Arts Park • City of Boca Raton — Countess de Hoernle Park • City of Miami — Museum Park Miami; Jose Marti Park Renovations • City of Miami Beach — Grapeland Park, South Pointe Park Improvements and Pier Project • City of Miami Lakes — Royal Oaks Park Community Center • Sunny Isles Beach — Heritage Park and Parking Garage ■ University of Miami — Wellness Park • City of Deerfield Beach — Sullivan Park Redevelopment • City of Dania Beach — Ocean Park Revitalization Plan • City of Aventura — Aventura Park Development • Waller Park Renovations— ADA Improvements (Tallahassee) Quantity Surveyor/Cost & Quality Consultant (Clubhouse/Recreation/Community Center Projects): West Pompano Beach Highlands Park New Community Center • Emerald Dunes Golf Club — Additions/Alterations to Guardhouse & Clubhouse (West Palm Beach) • Normandy Shores Golf Course —New Clubhouse (Miami Beach) ■ Southwinds Golf Clubhouse (Boca Raton) • City of Miami Beach — Par 3 Golf Course and Amenities • Commons Park —New Clubhouse and Sporting Center (Royal Palm Beach) • Burns Road Community Recreation Campus (Palm Beach Gardens) • Royal Oaks Park Community Center (Miami Lakes) • South County Regional Park — Tennis Center (Boca Raton) • Mid -County Senior Center and Head Start Center (Lake Worth) • Westgate Community Head Start Center (WPB) ■ Potter Park Master Plan — Community Center & Gymnasium Building (Davie) • Western Park - Community Center and Amphitheater (Parkland) • Hallandale Beach Adult and Community Center QUANTITY SURVEYORS COST CONSULTANTS CONSTRUCTION MANAGERS 84 Project Role PRINCIPAL -IN -CHARGE Years of Experience 38 Education Master of Architecture, University of Virginia Bachelor of Design in Architecture, University of Florida Registration AR001 1 543/Registered Architect, FL LEED Accredited Professional PROJECT TEAM Rafael Sixto, AIA, LEED AP Mr. Sixto is the Managing Principal for the Miami office of CEO A DALY. His prior experience spans 38 years with work in local government and institutional, recreational, healthcare, commercial, residential, and hospitality. He has led projects of all sizes including a five million square foot mixed use project in downtown Miami. His participation with the AIA has won him many outstanding awards for service and he served as President of the Miami Chapter in 2001. Sunrise Harbor Park* Coral Gables, FL Design services to an existing park to include new play structures with safety surfacing, new metal fence and gates, wood trellis, single basketball court, and a re -striped parking area. Riviera Park* Coral Gables, FL Four acre park which featured over one hundred new trees of varying specimen, with newly refurbished walkways, new ornamental decorative posts, theme benches, toddler play area, and an exercise trail with modern outdoor equipment. The park will also feature a centrally located 900 SF open pavilion for outdoor entertainment and public gatherings. Rotary Centennial Park* Coral Gables, FL As part of its three years continuing services agreement with the City of Coral Gables, provided design services for this park intended primarily for toddlers. The passive one acre park consists of new playground areas with play sculptures, new ornamental fencing, a new leisure walk path, and new landscaping. Kerdyk Tennis Center* Coral Gables, FL Design services to an existing tennis center building. Design of new bleachers and storage building follows the existing architectural style of the historic tennis center. Design included a new bleacher building for handicapped and non -handicapped spectator viewing and enclosed storage space. City of Sunrise, Village Beach Club* Sunrise, FL This public recreation facility includes a large form swimming pool, a concessions building, an entry building with office, men's and women's restrooms, and a lighted parking lot. A generous sandy area adjacent to the pool deck offers guests an area for diversion. American Banker's Wings of Asia Aviary* Miami, FL A three acre aviary exhibit complex at Miami Metrozoo, the project includes an enclosed one acre aviary, a small theater building with interactive components, a conservation station building with aquarium glazing, and a bird holding/service building. City of Sunrise Fire Station No. 59* Sunrise, FL This 16,000 SF facility includes an apparatus bay for three fire truck vehicles, eight dormitories for personnel, Ready Room, Dining and Kitchen, Watch Office, Turnout Shift area, and supporting administrative spaces. The building also houses an Emergency Operations Center hardened for hurricane force winds and incorporating emergency communication systems. LE3OA DALY 85 EXCELLENCE 1. PSA or Agreement Provisions (Exhibit A) 2. Acknowledgment of Addenda 3. RFQ Response Forms (Section 6.0) 4. Joint Venture Eligibility - Form A (not applicable) BEYOND EXPECTATIONS SECTION D USB Drive 86-87 88-91 92 - 93 THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director of Procurement This Addendum shall be signed and dated by the Respondent and submitted as proof of receipt with the submission of their Proposal. The Respondent by identifying the addendum number in their Proposal and by signing and submission of their Proposal shall serve as proof of receipt of this Addendum. NAME OF FIRM: ,EO A DALY DATE: AV .11 SIGNATURE: 2 Architectural and Engineering Services Addendum 1 for Shenandoah Park and New Swimming Pool Facility 86 RFQ No.: 14-15-037 will include, can be projects that were done more than 5 years ago? A10. The restriction stated on Form RFQ-PP limiting reference projects to "completed projects within the past five (5) years" is hereby deleted. Qualified reference projects completed prior to the last five years are acceptable. Q11. For this specific RFQ, we are the "Proposer" and "Lead Architect", we have to fill out forms RFQ-PP and RFQ-LA, in this case, the information on both forms would be the same? A11. Please note, references to "Proposer" in the RFQ document denote the firm that will execute the contract for the Project, while references to "Lead Architect" in the RFQ document denote the individual that will be assigned to the Project as the Lead Architect. There is no issue if any reference projects for the Proposer and the Lead Architect overlap. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, ; PPO, Director of Procurement This Addendum shall be signed and dated by the Respondent and submitted as proof of receipt with the submission of their Response. NAME OF FIRM. SIGNATURE: LEO A DALY /0)546 Architectural and Engineering Services Addendum 2 for Shenandoah Park and New Swimming Pool Facility 87 DATE: >I gfre_ RFQ No.: 14-15-037 of SECTION 6 6.0 SUPPLEMENTAL RFQ RESPONSE FORMS 6.1. SUPPLEMENTAL RFQ INFORMATION FORM RFQ NO.: 14-15-037: Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility I certify that any and all information contained in this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Respondent's firm. Please print the following and sign your name: LEO A DALY Firm's Name 5200 Blue Lagoon Drive, Suite 700, Miami, Florida 33126 Principal Business Address 305.461.9480 Telephone 305.461.3686 Fax RSixto@leoadaly.com E-mail address Rafael Sixto, AIA, LEED AP Name Vice President, Managing Principal Title Autht ed Signature Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 25 88 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) STATE OF Nebraska COUNTY OF Douglas } ) SS: } I HEREBY CERTIFY that a meeting of the Board of Directors of the Leo A Daly Company a corporation existing under the laws of the State of Nebras <a , held on December 1 , 20 15 , the following resolution was duly passed and adopted: "RESOLVED, that, Rafael Sixto , as Vice President of the Corporation, be and is hereby authorized to execute the Response dated, , 2016, to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 3 , day of February , 20 16 . Assistant Secretary: James (SEAL) radrz FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 26 89 44t64116 -lib- `1' / I1 R X 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 31 90 • as" ,.(t,,v, of ri g (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Company Name: LEO A DALY Individual Name: Rafael Sixto, AIA, LEED AP Signature: Date: Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 32 91 OF4/ enfnuu .r. Eld�i0 R Information for Determining Joint Venture Eligibility If the Respondent is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day. management and policy decision making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 34 92 ,AN _1{ !Ici 111.1 A f, x NOTE: If, after filing this form and before the completion of the joint venture's work on the Subject Contract, there is any significant change in the information submitted, the Joint Venture must inform the County in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the County current, complete and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the County. Any material misrepresentation will be grounds for terminating any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Signature: Name: Title: Date: Form A Name of Firm: Signature: Name;,,. Date: Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 35 93 EXCELLENCE SECTION E 1. Letter of Agreement (LOA) 94 2. Form C-1 List of Sub consultants 95 3. Certificate of Compliance 96 4. Copies of Local Office CBE Certification of Bonus Points Participation 97 - 99 5. Notice of Qualifications (FDOT) 100 BEYOND EXPECTATIONS Letter of Agreement (LOA) Community Business Enterprise Program ("CBE") THIS SECTION MUST BE COMPLETED BY PRIME FROM: LEO A DALY Name of Prime Proposer / Design -Build Firm In response to RFQ/RFP Number 14-15-037 , the undersigned hereby agrees to utilize the Community Business Enterprise ("CBE") firm listed below, performing the stated work at the stated percentage, if awarded the contract. The undersigned further certifies that the firm has been contacted and properly apprised of the projected work assignment(s) to be performed upon execution of the contract with the City of Miami. Further, by signing this Letter of Agreement ("LOA") the undersigned consents to adhere to the City of Miami Procurement Code 18-87, as amended. Name of the Miami -Dade County Certified CBE CBE-A/E Certification No. CBE-A/E Certification Exp. Type of Work to be Performed (technical Certification Categories) Percentage (%) Amount of Design Fee Martin-Vilato Associates, Inc. 1582 04/30/2018 12.00 - Mechanical Eng. 13.00 - Electrical Eng. 15 00% I certify that the representations contained in this form are true and accurate to the best of my knowledge. '�' A 1- ,/° Rafael Sixto, A I VP, Managing Principal 2/9/2016 Principal/Preside t 's Signature Principal/President's Name/Title (Date) THIS SECTION MUST BE COMPLETED BY PROPOSED CBE FIRM (SUB -CONSULTANT) ACKNOWLEDGMENT BY THE PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide the required services consistent ith normal industry practice and the ability to otherwise meet the proposal specifications. ErsRt Q t: 6. V i L V- P. 2 CBE Principal's Name (Print) t Title Date M. fR-ri N- r! i 1.470 c i c, Name of CBE Firm FORM LOA 94 Title: Shenandoah Park and New Swimming Pool Facility B-40563 List of Sub -consultants TOTAL CONTRACT AMOUNT: $ TBD RFQ No.: 14-15-037 This form is initially to be completed and submitted with the RFQ listing all Sub -consultants to be used to complete this Project. This form is to be updated after award of the Project as additional Sub -consultants are added or changed. Identify the type license(s) the company has including Miami -Dade CBE certification numbers. Submit additional pages as necessary. Name of Firm Address Scope of Work Professional Licenses Business Category CBE Certification Number $ Total Sub - Contract Amount % of Design Work Aquadynamics Design Group, Inc. 5000 SW 75th Avenue, Suite 103, Miami, FL 33155 Aquatic Design Engineering PE 4694 (FL) N/A N/A TBD Martin-Vilato Associates, Inc. 2730 SW 3rd Avenue, Suite 402, Miami, FL 33129 Mechanical, Electrical, Plumbing Enginerring PE 3368 (FL) 12:00-Mechanical Engineering 13.00-Electrical Engineering 1582 - 15.00% Kimley-Hom and Associates, Inc. 1920 Wekiva Way, Suite 200 West Palm Beach, FL 33411 Civil Engineering, Master Planning, Landscape Architecture 16.00-Civil Engineering 20.00-Landscape Architecture N/A - TBD Bliss & Nyitray, Inc. 800 Douglas Road, Suite 300, Coral Gables,FL 33134 Structural Engineering and CEI Services PE 674 (FL) 11.00-Structural Engineering 12841 - TBD F.R. Aleman & Associates, Inc. 10305 NW 41st Street, Suite 200, Miami, FL33178 Land Surveying, Underground Utility Location PSM LB6785 (FL) PE 4685 (FL) 15.01-Land Surveying 15.03-Underground Utility Location 895 - TBD NOVA Engineering and Environmental 4350 Oakes Road, Suite 518, Fort Lauderdale, FL 33314 Geotech. Engineering, Contamination Assessment PE 27772 (FL) 9.02-Geotechnical Eng. 10.05-Contamination Assessment N/A - TBD CMS, Inc. 10 Fairway Drive, Suite 301, Deerfield Beach, FL 33441 Cost Estimating N/A N/A N/A - TBD Note: Business Categories: CBE=Community Business Enterprise, CSBE=Community Small Business Enterprise Name of Proposer: LEO A DALY Name of Individual Completing Form: Rafael Sixto, AIA, LEED AP Signature: Date: 0)-/iOG. FORM C-1 6.4 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18-87 AND 18-89 OF THE CITY CODE Rafael Sixto hereby certify that: i) I Vice President, Managing Principal am the (President/Secretary or Principal) of LEO A DALY (Respondent Firm); ii) I have read Sections 18-87 and 18-89 of the City of Miami Procurement Code; iii) (Respondent Firm) LEO A DALY hereby acknowledges that the awarded contract has an on -site labor component greater than or equal to twenty-five percent (25%), and therefore agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Small Business Enterprise ("CSBE"); OR iv) (Respondent Firm) hereby is certified by Miami -Dade County as a CSBE firm and will self -perform to meet the minimum fifteen percent (15%) CSBE requirement. An active copy of the respondent's CSBE certification must be included in the bid document. v) (Respondent Firm) hereby agrees to comply with Local Workforce Participation Requirements stated in Section 18-89 of the City of Miami Procurement Code. vi) OPTIONAL: vii) (Respondent Firm) LEO A DALY hereby agrees to make assignments pursuant to item (iii), above, to certified CSBE firms who maintain a "Local Office," as defined in City Code Section 18-73; STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared Rafael Sixto to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-89 of the City of Miami Procurement Code on behalf of Respondent Firm named therein in favor of the City. Subscribed and Sworn to before me this / fi' day of i` E,,L'i ,31 ' w ,2O . My commission Bonded by �x+iE,4c DIANE CINTRA MY COMMISSION #FF175607 EXPIRES January 1G, Z049 (407) 398-0153 FIoridaUotarySBNICe.Com Ncftary Public, State of Florida at Large Architectural and Engineering Services for Shenandoah Park and New Swimming Pool Facility 33 96 (CtUof!itntt POST THIS DOCUMENT IN A CONSPIC, -CDS PLACE. NOT TRANSFERRABLE OR VALID AT ANOTHER ADDRESS UNLESS APPROVED BY THE FINANCE DEPARTMENT, CITY OE MIAMI 4.44 SAN 2 n?;E 6;" FLOOR, MiAM1. FL 33130. PHONE z305i416-19t? Effective Year Oct. 1 2015 Thru Sep. 30 2016 RECEIPT FOR MARTIN-VILATO ASSOC ISSUED Oct 01, 2015 TOTAL FEE PAID 116.00 ACCOUNT NUMBER 34326 RECEIPT NUMBER 30964 NAME OF BUSINESS MARTEN-VILATO ASSOC 1 DBA MARTIN-VILATO ASSOC I LOCATION 2730 SW 3 AV 402 IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ENGINEER, PROFESSIONAL, OTHER Jose M. Fernandez Finance Director THIS IS NOT A BILL DO NOT PAY tc ;no :J a tiy{; ,F:. 97 miamidade.gov April 27, 2015 Mr. Enrique G. Vilato MARTIN-VILATO ASSOCIATES, INCORPORATED 2730 SW 3rd Ave Suite 402 Miami, FL 33129-2323 Dear Mr. Vilato: Internal Services Department Small Business Development 111 NW 1 Street, 101h Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 1582 Approval Date: 4/27/2015 - SBE/AE Expiration Date: 4/30/2018 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department (ISO) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise Architectural & Engineering (SBE/AE) in accordance with section 2-10.4.01 of the code of Miami -Dade County. This (SBE/AE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (April 271 for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within'(30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website hhtp://www.miamidade.gov/business/business-certification-programs.asp. Thank you for your interest in doing business with Miami -Dade County. Claudious Thompson, SBD Section Chief Small Business Development Division CATEGORIES: (Your lush may bid or participate on contracts only under these categories) 12W-GENL'RAL MEGFtANICAL ENGINEERING (SBE/AE; 13CO . GENERAL ELEf::7RH:A! ENGINEERING (s8E:AE) 5.11330-ENG EERiNGSERVICES iS8E;AEi 98 On4383 Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - D0 NOT PAY 1398163 BUSINESS NAME/LOCATION RECEIPT NO. MARTIN VILATO ASSOC INC RENEWAL 2730 SW 3 AVE 402 1398163 MIAMI FL 33129 LBT\ EXPIRES SEPTEMBER 30, 2016 Must 6e displayed at place of business Pursuant to County Code Chapter 8A - Art 9 & 10 OWNER SEC. TYPE OP BUSINESS RICHARD A MARTIN PRES 212 P.A.rCORP<PARTNERSHIP/FIRM Employee(s) 7 3366 COOz: PAYMENT RECEIVED BY TAX COLLECTOR $45.00 09/10/2015 CHECK2I--I5-124097 This Local 8usinass Tax Receipt only confirms payment of the Local Business Lax. The Receipt is not a license. permit, or a certification al the holders qualifications, to do business, Holder must comply wnh any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed an all commercial vehicles - Miami -Dade Cade Sec as-276. Fermate information, visit yeww.nuamida g dthdiaxcalt r. Local Business Tax Receipt Miami -Dade County, State of Florida -THIS 15 NOT A BILL - D0 NOT PAY 1398171 BUSINESS NAME!LOCATION RECEIPT NO. VILATO ENRIQUE G RENEWAL 2730 SW 3 AVE 402 1398171 MIAMI FL 33129 OWNER VILATO ENRIQUE 0 SEC. TYPE OP BUSINESS 212 PROFESSIONAL 11634 LBT EXPIRES SEPTEMBER 30, 2016 Must be displayed at place of business Pursuant to County Corte Chapter BA - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $60.00 09/10/2015 CRECK21-15-124097 This Local Business Tax Receipt only confirms payment of the Local Business Tax, The Receipt is not a license, permit. or a certification of the holder's qualifications, to do business, Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO, above must be displayed on all commercial vehicles - Miami -Dade Code Sec 8a-276. For mare information, visit www.miamidade.govltn olleclor Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOTA BILL - DO NOT PAY 1398189 BUSINESS NAME/LOCATION RECEIPT NO MARTINRICHARD A RENEWAL 2730 SW 3 AVE 402 1398189 MIAMI FL 33129 OWNER MARTIN RICHARD A SEC. TYPE OF BUSINESS 212 PROFESSIONAL 16390 LBT EXPIRES SEPTEMBER 30, 2016 Must oe displayed at place of business Pursuant to County Code Chapter 8A - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $60.00 09/10/2015 CHECK21-15-124097 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license. permit, or a certification of the holders qualification, to do baseless, Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT N0, above must be displayed on all commercial vehicf es - Miami -Dade Code Sec 8a-276. 99 RICK SCOTT GOVERNOR Centennial rrr> *?tlrs Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 August 5, 2015 Rafael Sixto, Vice President LEO A. DALY COMPANY 5200 Blue Lagoon Drive, Suite 700 Miami, Florida 33126 Dear Mr. Sixto: JIM BOXOLD SECRETARY The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 14 - Architect Your firm is now technically qualified to do work for the Department for minor protects only, enabling your firm to compete for Professional Services projects with fees estimated at below $500,000.00. This status shall be valid until August 5, 2016 for contracting purposes. On the basis of self -certification materials submitted, the rates listed below represent the costs the Department has accepted. Indirect Cost Home/Branch Overtime Office Premium 170.86% Reimbursed Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. CBHK/kw Carliayn Kell Professional Services Qualification Administrator www.dot.state.fl.us 100 EXCELLENCE LEDA DALY ico PLANNING ARCHITECTURE ENGINEERING INTERIORS EST. 1915 ABU DHABI ATLANTA AUSTIN BEIJING CHICAGO COLLEGE STATION CORPUS CHRISTI DALLAS DAMMAM DENVER DOHA FLINT FORT WORTH HONG KONG HONOLULU HOUSTON LANSING LAS VEGAS LOS ANGELES MIAMI MILPITAS MINNEAPOLIS OMAHA ORANGE RIYADH SACRAMENTO SAN ANTONIO SAN MARCOS TAM PA WACO WASHINGTON, DC WEST PALM BEACH Contact: Mr. Rafael Sixto, AIA, LEED AP Vice President, Managing Principal 5200 Blue Lagoon Drive Suite 700 Miami, FL 33126 T 305.461.9480 RSixto@leoadaly.com Ieoadaly.com BEYOND EXPECTATIONS