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
RFC) 16-17-049 URBAN DESIGN AND LANDSCAPE ARCHITECTURE/ENG!NEERNG SERVICES FOR WYNWOOD NW 3RD AVENUE WOONERF RESPONSE BY Local Office Landscape and Urban Design Lead Landscape Architect and Urban Designer VJITH Ardama 1 & Associates I Geotecnhicaf Encirneering The Street Plan Collabo'at,. = I Design Architect And Traffic Engineer Biscayne Engineefirg C , c_-;7 I Su"veying And Mapping Set:._=s Coastal Systems ! Civil And Coastal Engineering E-Sciences P Ems, Specialist Lisa H. Hammer. RCA I I= 2.. Certified Arborist Sustainable. Mla^ii inc. O.;treach!PL;blic Relations Specialist Nina Johnson -Milewski ! = 4ialist r»o t-- vbe T 1 _ - fir` abom iac,y PV =+ +igY "144°*.` "-n14 c .» .-ilr+ 7,q,µ ,, �' +`fix.:(' 440,416491.72,:irt, TABLE OF CONTENTS SECTION A 3 Proposal Lettr 4 Narrative Qualifications of the Proposer 7 Qualifications of the Proposer's Team 14 Team Organizational Chart 32 Propos-ar's Project Experience 33 SECTION B 39 Design Approach and Process 40 Technical Capabilities 43 SECTION C 46 Qualifications of Lead Design Landscape Architect 47 Qi..ialifications of Design Architect 54 Qualifications of Urban Designer 62 Qualifications of Environmental Specialist 69 Qualifications of ISA Certified. Arborist 81 Qualifications of the Architect/Civil/Engineer Project Manager 88 Qualifications of Surveyor 105 Qualifications of Traffic Engineer or Transportation Planner 113 Qualifications for Geotechnica! Specialist 124 Qualifications of Community Outreach/Public Relations SpecIist. 135 Qualifications for Art Specialist 139 Proposer's \i',/or'kloacl Capacity Form 144 SECTION D _145 Comments and Suagestio-s on Attachment A 146 SECTION E 197 Letters of Agreement (LOA) 198 Form C-1 List of Subconsultants/Subcontractors 203 Certificate cf Compliance 205 Business Ta,( Receipt Notices 206 \)=, •1-'- -7'Lri ,1 11,1 ' 1 ‘, ,`, 3. -1 ? SECTION A Request for Qualifications Proposal Cover Letter RFQ Title: Urban Design, Landscape ArchitectJre & Engineering Seriices for yr. RFQ No.: 16-17-049 Proposer (Legal Company Name): Local Office Landscape &Urban Design Address: 61 91) St. Suite C3, Brooklyn NY 11215 Proposer's Internet Address: '�'`" w.JccaIo ficelandscape.ccm FEIN #: 2'� 5603 s05 State of Florida Corporation No.: M13G00003-it 1 State Incorporated/Organized.: New York State Proposer's Contact Person: JerniferBaistaJ Principal Title: Telephone #: �1s•Asa 15s' E»Mail: jernifer locaofficelandscape.com Certification of Compliance The undersigned hereby cet`es that. neither the contractual party nor any of its principal owners or personnel have been convicted of any of the vIcIations, or debarred or suspended as set in Section 18-107 or Ordinance No. 12271. We (I) certify that any and all infor°ration contained in this submission is true; and we (I) further cert;fy that this submission is made without prior understanding, agreement, or connection with any corporation, firm, orperson submitting a submission for the same materials, supplies, equipment, cr service and is it a'l respects fair and without collusion cr fraud We (I) agree to abide by a=I terms and coed lions of this solicitation and certify that I am authorized to sign this submisson for the submitter. Please print the following and sign your name: Proposer's Authorized Representative Name: Jennifer Bolstad Title: Principat� Signature: . -- Date: July 26, 2017 F- rrr RFQ-PL Revised 7r25r2c 16 r?-1- -rcin Des j.- 3•"1 _3r',s:3caFrg S..?e='s':r'!b :4]o-i 'J' , 3r'y Request for Qualifications Proposal Narrative Form RFQ Title: Wynwood N'N 3rd Avenue Woonerf RFQ Number: 1617-O4 Name of Proposer: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN In the space provided below respond to the requirements for the Proposal Narrative specified in the RFQ. LOCALOFFICE 31 Juiv 2017 Mr. Todd Hannon City Clerk City of NM,3rni Office of the City Clerk 3500 Par American Dri4e. 1_t F Miami, FL 33133 Dear Me.rn.ers cf the Res rev, Committee. 7-•,a0`i.f' :�':.: ;L ,ice' _-L: _...... a 37'-_ _. _ _ --. ' 3 sca.es_ Cher'sr......., _ corn er ;,r ;verse. Gf .ve can ere . a7t,rg -- = • -: es. Q+ping i._ our strength of lccai _ etiV=r'rgg hilt IandsCa es and urt:an re e.ac g:ca, 13rY3 �r-?ate lasting resiliency, and are. 01,1 " I (2,ih@ :CIt rS yal ',41i ry • - - - - ..- .'.,ilt Cry,:?,ents in i4I,.3'' :ices, actively In- sr w-ilr'a 3 r3s ^ daily g.ncere',. E: sta:). RLA. ASLA. LEED-AP. ISA P ;'_ ,::. L c.' 0ff ce. Landscape and Urban Design. LLC ring -31 cities and reducing the RFQ-N Request for Qualifications Proposal Narrative Form Please utilize the space below, as necessary. LOCAL OFFICE LA.NDSC.ADE & UR3AN DESIGN A44ARDS AND HONORS C SO -TO -GO 2008 NY STATE COUNCIL ON THE ARTS INDEPENDENT PROJECTS GRANT AWARD POWER ROCKAWAYS RESILIENCE 2013 WHITE HOUSE CHAMPIONS OF CHANGE AWARD NANOBIOME BUILDING SKIN 2016 ARCHITECT MAGAZINE R+D AWARD CITATION GARDEN BETWEEN CITY & SEA 2009 AMERICAN SOCIETY OF LANDSCAPE ARCHITECTS NEW YORK MERIT AWARD MICCO PAVILION 2015 ARCHITECT'S NEWSPAPER BEST OF DIGITAL FABRICATION AWARD RESILIENCY ROCKS GARDEN 2017 AMERICAN SOCIETY OF LANDSCAPE ARCHITECTS NEW YORK MERIT AWARD 'PARQUE DEL LITORAL MAYAGUEZ 2010 AMERICAN INSTITUTE OF ARCHITECTS PUERTO RICO HONOR AWARD HOMEFREE SAFE SPACE 2015 RISE -NYC PROJECT GRANT AWARD Lr:'.i„ G ar'i • Request for Qualifications I Qualifications of Proposer Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your f'rm is responding. Do not leave any blanks or fa Ito provide any 1rfor-rat an or details t`rat are required. Failure to submit this form, or the use cf any other forrr w,ll result r The rejector of a Proposal as non-res3onsive. The failjre to pro' ide the inf rna:icn cr de:ails r.q:_i: ed ny t^e form may resin: in the rejection or a Resporse as ror-resporsive. RFQ No. 1'a-1:-C1) RFQ Title: Liter. 3 Ergirf.';riry S Name of Proposer Le;:al Cl`iee t3rda'r•? u can ;r Primary Types of Services casiic rt:al res .er al ^ y^^^-' S2, rnxad use off ce5 a!h `ac..:l9 :es. C.'. c.r9ce5. :a,id.-•W .i! r^r-mer,i,:l Ras:dert al sic '-r yr Co: it ai P.lrk fa: t (,?53 hvL,r?d use Type of Firm: Ccrporat:ar ❑ LL C ❑ Fart^ers-lp 0 Scle P-opre:or L] Joirt Venture ❑ Other Ei = P^rr� Certified Small or M1'nority Owned 13us:ness: pas ❑ No 0 issued 5'a' N.(t•ty Type of Ownership Ceicrica:,on(s) Is this the Proposer's main of lice? Yes C] No 0 if No, main office location. Will Proposer rely on any ether branch or subsidiary office to per-fcrm the work? Yes ❑ No If yes. lar_a^on of these oftoes Number of years in business under current name: 11 . If firm has undergone a name change !n t1'e past 5 years. p':v!ice pr.or n3-re a d n r bar co, years in business under this name trot a result t:t sale of the firm); Type and number of projects completed in the past 5 years: pas rr-Bic 5r:lfd Cep ;r W .;c: e iv1 aR,sk: Pnvate Sector 4L Federal Gov'; 2 Sta(eiCourty1Municipal 8 City o; fwfam : t Name of Prajests; Residential,'Res:dentiai High-r se: a Office: 2 Mixed Use: 12 Retail 2 Ozher (spec.fy): LEED or Green Globe Certified Projects: 5 Rrk;-L'i' 3;5 2r. _3' - : _��'�}i:�n„ ii'd rU.'t D.z.1.4' _L.. 'I 1 Number of Employees L,censec Archstec;s Lc ensed r=rg+Weer, LEED-,A Professc-as 4 L;censed Genera Contractors Licensed Surveyors L c ". 4d Inspectors 7 Ctr row) Lc.?rs- i Lardszace ^'R Ie is 2 ! _ rt. 7n �e5,gr. 2 List, explain and provide the status of all claims, lawsuits, and iudgments pending ar settled within the Last 5 years Tease add a oit.cnad pages if necessary! brief H;story of the Firm (D.ease pit:woe a cr'ef history cf tie Prcpcser s F tr;-. __,-i .r.:. II .. _ r .r • • a._1:,- - "3 -+41 of Oas;gn classmate, ._ , ;. in a rr'• . , , the frrm•i primary `3tus as •astat pa • ,• sustainable : sea. The firm has , ametecl •,C pC•�ic. ,. .a and art. ri r k`a.ly.w Puerto Pic the largest 1rt•3,�, park e.er rfe 2-5 'R— :1 - _3'•c:e' des as the site of tie 2ri lr•a• a:a5:incla,sheJ`1 nor A Nard 'r.:nh the A,'nerl,:ar'. ,. tr.'t )a'l ar Burmt, Local Cr! _ .:reared a na'i,rai water filtra .i r a•.'fJid; Z,....I a: the GCS between :he r - slain ii d t!'e sea the entire : 3 , ,, .-ad" resi re a dee3'ar•g coral r_ . ,r. it a1'• 1 ;f I : , .n r -r _ , l',Irl 3'mire resilient ♦Poc'41'Nay Beach 1 • i 1 •.. a , _ ,Ir • _ I ri y were rrcagrire'i for their leadership 1:- n*_ ,.I .. r ". - r ..,., � •:,. �,• 3 , • The New York State r:r , . Ir -' ere;e.3r_'hgrant to Local Office far then work in r-,, } ;I ,:,2 ,cr„`,a: ")rt•ldrharsCornbiredSewer O er'!ow I _ _ 'c'-::•'ved 3 , ' II ' ;,- • `+e'N'( ra %ivter of the rimer,can Society of Landscape - ? ,:f.;t j _. :.- -. e r ��,!} 3r:i9 aeJ a .IL,a'ion of t --- - r cies of iustatrable ccastaIandscac.' J: _t 'm+...:,,'- J: 3 Jeri sera I ;,-_a r a.�:P Rey sad d, 5r:0 • o - ±r r,3 S.- c-?s f,r 'r" r':4O177i 1,1,4 3r1 •?., 'ra,, ,1V, List below the names of owners officers. principals, and the principal -in -charge -of the Proposer's firm together with the retie and percentage of ownership eed a.cm--ar aagos 34 he_ess r, 113me I.T.e 7o uwnersitrp per,ft to! Bolstad Frincip i .ands at:e A;.nrtr,it 1.511.r 1W'JI[-21. Veye, rrinapal Jrbaa resigner �a3 a I si:;rnr• Prcpcser c,r'fe, t`'at tra , f f 73f::r' contaire In Fcrrn R=Q-QP is accurate and :r`, r ��yyr f.Ir'_t e err ie tt'a'. it ,s aware !:-a! !f tt-e Ci;) deter Ines that any of t ..e informa;lor. is _ r t e -S�_ .^`.:% at its sole discret!cr f9 ' : ' e Pr;p'cs3! as ^,cr-f9spcns.'ve I 7, 27 1 :::-',,�ra'.uha Of A..thcrized Of`cee Cate I••r tiol,t.,:! Prin,_ar.rt Printed Nan e Title Rea.sed ; e "L'' THE UNIVERSITY OF THE STATE OF NEW YORK EDUCATION DEPARTMENT BE IT KNOWN THAT JENNIFER BOLSTAD HAVING GIVEN SATISFACTORY EVIDENCE OF THE COMPLETION OF PROFESSIONAL AND °TILER REQUIREMENTS PRESCRIBED BY LAW IS QUALIFIED TO PRACTICE LANDSCAPE ARCHITECTURE IN THE STATE OF NEW YORK IN WITNESS WHEREOF TIIE EDUCATION DEPARTMENT GRANTS THIS LICENSE? UNDER ITS SEAL AT ALBANY, NEW YORK THIS TWENTY-FIRST DAY OF FEBRUARY, 2008. YRkSI l)I N 1 1(F 111E UNI V FRSITY AND IUMMISS1ONIR (IF kOUCA I ION LICENSE NUMBER 002093 b11b)Ab AhVICIA II ('tIMMISSl1 -I) 11kN('k Uk 11k I'R11-1-titiI1 , E(1C111lVF SF(RFIARY SI Al I• r14IAR01 FOR E u 11cCARt: ARC1I111- ('rukF i L't • Pk -a,.:... rt the R:3:.i__lta n C'erifcaic hel.'w to he ;are the information on wI i car ♦ If an:. of th i:..'. rriita°In i. not correct. please contact u. at (-)1'RLCi1-EE.riirrl.Eil.m..ed 2o'. or E_;t. 410. ♦ l: ::'.c' !..: z=';'.1C. rC I+ iiar"_i!, .I•_;,1 .E"Ma:� the k.Ec:'.'rNee.'Re2:.trant block and plc:is4' dc..tri7. ar pre' !<:_.•.. .all. r[i.i'. h..a ceriticatr; Rtth Gi rre:1 intor:7.160n ai.' n• ‘a•iJ .I::c' ..+•N!c1 not he ►.jit. ♦ s '+ I,IJ r tr .10.J:. ti CC n t'ir ."�:i1:_'.'. rl4:l.r II!'t71\ u• .i. ltelc:ri sed on the rev roe nett �.r;l:<<ue uIIY bc issuo:. UPON RECEIPT (►l- THIS R i ;1 iR..TIO\ CERTIFICATE YOIT2 PRE\1(11SL1 ISSI FD RE ;1. TRATI(f\ ('E:R I li 1CATE IS NI. LI, AND VOID. PLEASE: 1)E=STRO THE: PKF\ Ft li,'-Ii Y P ST"FT) R1':(Y! TI ITI()\ CERTIFICATE. iLE 31ch F'R I1II°r':R7\vr IvcoR;ltrct. Th.j University of the State of New York Education Department Office of the Professions REGI.STRATIO.V CERTIFICATE Do not accept a copy of this certificate License N. n,er: O020)93-1 Certiflcve !slumber: 92n 1316 B0LS'1'A1O JENNIFER 16.4 LOTH ST B tOOKLYN Nor i 1215-0000 is registered to practice in New )(ark State through 05/31/2019 as a' n) LANDSCAPE ARCHITECT t f1/41J tor ro OF £DF:C;':OV t,tet,,e2 E. h EX3ct;TIv£ SECBE'.�RY DEP:TY coM 's. )0.€R t TH_ PRnFP3SIONS °rat »y. t : f Mr arf rmrrsvt WO& aped address are .- a rr r. yr rx 1; ° ynt [R MN/We AwnJ l a:nral r••, Mr°� -w + , .n r ; -.rnr ;hl..r :1 rr +�ir{°rxrt+ ar.nja Xi".� ,fie agru.rr PICO, piraw mat www.trp.aysed gor. jY , " � _� �' y:3 _' "�` . �i � °�°'1 _" :i . . tid ....? ....► 7.4 ,:;;:a. . '� : •.� ....:� . -�. _ .°r . ri . r� . � � �I •i' +.3 •"�Y ."'y -�'-.1; �y4 •:•� L3r-di.c ce 3"d L,rta..ir D2i,3!' _�� iiJ GBCI GREEN BUILDING CERTIFICATION INSTITUTE Jennifer Boistad LEED" ACCREDITED PROFESSIONAL 11 1.,t or:t , 11 t; V.11 1 r11•0 1 ;1 1! 1,4 • 1 t *1 I1 jl 1 lI ) IF 'III I ", 1 I 1 1' 1 1 1 1 11111 1 \ 11 1 1' 1 r.J 1,1 * 1 . 1 1 .1 1 I"' I l' 1. • ; IC 1 1 1 11 It I 1", I I , May 2, 2009 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE 2501 BLAIR STONE ROAD TALLAHASSEE FL 32399-0783 BOLSTAD. JENNIFER 1154 1 OTld 5T BROOKLYN NY 11215 Ccrgratutatiors' With this license you become one of the nearly ore millicr Flcrdiars licersed by the Department of ausineas and Pr cfess.oral Reg:.laticr. Our profess,cra.s and businesses rarce from architects to yacht brokers from boxers ;o bategl.e restaurarts. and they keep =:pride s ecorcl''.y strong Every day we work to improve the war we do bLsiress in order to serie you better For information about our ser,Ices please log Into www.myflor:dalicense.com There you car find mere irfcrrat.4n ac:.ut our di'.-s.ers and the regutarcrs that impact y:L. sucscrba to deoar r ent rewsletters and lean more acout the Departmert s ritiat;ves Our rn salon at the Departmert is. License E;ticiertly. Regulate Fairly. We ccrstartty str a to serve you better so that you car serie your cust,:r,e-s Tha:..-:n you for dory ouares; Ir Fi rind and Congratutaticns on your new Eicense'. RICK SCOTT, GOVERNOR (850) 487-1395 S a STATE OF FLORIDA ,' DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION L.h.,_ ; 3.-jE ,ISSUED: 12112r201 B • RED, J-:RFD LANDSCAPE ARCHITECT BCLS TA.C. JENNIFER H.1,a RC: ST7ar1 y,a•+• •^i e•14 a,ona or CI, 41. CS ..c.ra!::n late NCv iG :_ L;5'�'_"^IX.rJ DETACH HERE KEN LA,NSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE The LANDSCAPE ARCHITECT Named below HAS REGISTERED Under the provisions of Chapter 481 FS. Expiration date NOV 80. 2017 BOLSTAD. JENNIFER 164 1CTH ST BROOKLYN NY 1121544*-•%t'" '" J- .., a ;40.0 .Cr, .1 •, .1.11 C rihzoi AV AC DC/11I10cn QV 1 AIM Crrl . t7.^nt711 ''rC.:1 I_.i'"! 3 - ire` 31',1 ILre,lll Request for Qualifications Qualifications of Proposers Team Instructions This fortis is to be completed and submitted in accordance with the requirements stipulated in the RFQ. 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. Failure to provide the information or details required by the form may also result in the rejection of a Proposal as non -responsive. RFQ No: 1G-1 7-049 RFQ Title: Urban design & Landscape Architecture/ Lngineeriny Servicr Name of Proposer: Local Office Landscape & Urban Design Subconsultants/Subcontractors: Name of Firm Office Location: City/State Discipline(s) to be provided License No. LEED Certified Staff Local Office t.andsc 1pe & Urban Desigr Brooklyn NY Lead Landscape Architect & Urban Design LA6 67305 The Street Plan Collaborative Coral Gables, FL Biscayne Engineering Company Miami FL Coastal Systems International, inc. 464 S. Dixie Highway, FL The Street Plan Collaborative Aidainan R Associates Coral Gables, FL Hialeah, I L Lisa Hammel Miami FL E-Sciences Miami FL Sustainable Miami Inc. Miami 1-L Nina Johnson Miami FL Design Architect AR97799 Surveying and Mapping Services LB1 29 Civil and Coastal Lnirineer ing 7087 Traffic Lnrlincer 0029801 Geulechnical Lngineering L40551 Hai e & Arhoticulture 5O-{1758 Environmental Specialist N/A Conirntrnily Outwit( h N/A Arts N/A Yes El No El Yes DI No El Yes Q No Yes [j No Yes © No E. Yes Q No 0 Yes 0 No El Yes ❑! No El Yes ❑ No El Yes 0 No El RFo-oT Revised 7/29/2016 3r1 Request for Qualifications Qualifications of Pr oposcr's Team Key Personnel Proposer should only include personnel who will play a key role in the project. Do not include support personnel for positions such as CADD Technicians, Intern or Associate level staff, and other similar support personnel. As stipulated in the RFQ, a resume is to be included for each of the Key Personnel. Name Jennifer Bolstad Role Name of Firm License No. Project Manager Waller Meyer Urban Designer Jennifer Bolstad Lead Design Landscape Arc! Andres Perez Civil Engineer/PM Justin Fieecfman Environmental Specialist Evelio I lorta Geotechnical Engineering Sam Comer Traffic Engineering Mike Rai lholornew,PSM Surveying and Mapping Sen Anthony(iarci,a Design Architect Lisa Hammer ISA Arborist Mangle t emendei Nina Johnson Local Office Landscape ar LA6667305 Local Office Landscape & Ui I N/A Local Office Landscape & Url LA6667305 Coastal Systems Inlernation, 66507 [-Sciences N/A Ardaman & Associates 46625 (CPE) 1 he Street Plans CollahoraliN 0029801 Biscayne Engineering Conip Lr3129 The Street Plans Coll,rhoratiAR97799 Lisa Hammer N/A Community Outreach/ Publi Sustainable Miami Inc. Art Specialist Nina Johnson N/A N/A Years Years Experience with Firm 17 11 18 11 17 11 38 23 10 15 45 25 10 1 31 78 15 7 33 NIA 20 N/A 7 N/A LEED Certified Yes ❑ No ❑ Yes 9 No ❑ Yes01 No ❑ Yes ❑ No Yes El Noci Yes ❑ No ❑ Yes ❑ No 0 Yes El No❑ Yes❑ No Yes❑ No El Yes 0 No ID Yes No 0 Yes D No El RFQQT Revised 7/29/201( Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Farm RFQ-QT, Month 1 is projected to start on the 3"' month (90 days)``��following the RFQ due date. (if the RFQ is due in March, then Month 1 would be June). RFQ Title: (,1 �11�►l PW r4 PJa>?_ 0`)raI1c} Name of Key Personnel: UQ i i} ,0 P.L • Title of Key Personnel (for this project): j t_ti}►trf Q a �Qi I:705 tvtilf Name of Project Owner of Project Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents RFQ No.: 0=-11 Value of Project Role in Project Availability based on % of time per month Month 1 /t7 Month 4 20 Month 2 Month 5 Month 7 O Month 8 Month 10 '2_0 Month 11 Month 14 Month 17 Month 13 .T] Month 16 7,9 K -t� P=Permitting CA=Construction Administration PC- Post Construction Month 3 .: Month G �U Month 9 2--19 Month 12 2:) Month 15O Month 18 `e' Status of Project Form RFQ-WC kevised 7/2912016 Request for Qualifications Qualifications of Proposer 'Pease Key Personnel Workload Capacity Instructions: This foist shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"1 month (90 days) following the RFO due date. (If the RFO is clue iri March, then Month 1 would be Juno) UREiAN r)F-SIGN ANI) I ANI )SCAPF ARCHI 11-( 11 ir-ii-/E-NCiIN1-F-HIN( RFQ Title: SERVICES FOR WYNWOOD NW 3RD AVENUE WOONERF RFQ No.: 1617 U49 Name of Key Personnel: Mike Bartholomew. PSM Title of Key Personnel (for this project): Name of Project Mini -Park Subdivision No land No. 2 City of Mparni CSPach-Topo-HD Scan- tJrd 1y Lo,.ation Survey Krorne Expert Witness All Aboard Florida Siaakus Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Surveying and Mapping Project Manager Owner of Project City of Miami City of Miami Beach F'ubrio - — - Works Department Florida Deparlwent of Tianspuitaliun L)istrilt G Florida Emit Cori l Industries Value of Project $33,374,00 Role in Project Project Manager Status of Project NIA $100K Project Manager N/A $100K $10(JK ± Project Manager Project Manager Availability LaLv cd on ",` of time per month Manta► 1 40 Month 4 45 Montle 7 5o Month 2 411 Month 5 4 Mctrlth 8 50 Montle 10 r'`a Month 11 55 Mundt 13' 0 fvlulrth 14 Go Month 16 t;Cd Month 17 60 P=Permilking CA=Construction Administration PC- Post Construction Month 3 45 Month 6 517 Month 9!5 Month 12 GO Montle 15 60 Month 18GG0 N/A N/A oar, RI c)-WC Revisal 7/29/2016 Request for Qualifications Qualifications of Proposer Teuin Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3' n month (90 days) following the RFC) due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Wynwood NW 3rd Avenue Woonerf Name of Key Personnel: waiter Meyer 1-2 f- Q No.: 16-17-049 Title of Key Personnel (for this project) Urban Designer Name of Project Owner of Project Value of Project Role in Project Status of Project Joral Square Urban Design Guidelines Confidential Private Developer $128,480 Pi incipal Urban Designer DO :ocanut Grove 'transit -Oriented Developmcr Confidential Private Developer S 191,000 Principal Urban Designer SD Science & resiliency Institute of Jamaica Bay 4iverne Last Infrastructure Master Plan City University of NY New York City Housing Planning & $ /7,800 $28,000 Resilient Design Consults SD PD Principal Urban Designer ony Beach Comp! rhensive Plan Update City of Long Ileac h, NY $6n,0nn him ipal llrban Designer PC Availability based on `% of thine per month Month 1 10".' Month 4 1t'"„ Month 7 1()`" Month 10 10". Month 13 in"" Month 16 Status Abbreviations: Month 2 1u"„ Month 5 1 O"" Montt' 8 "" Month 11 Month 14 Month 17 PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Aciniinistiation DD = Design Development PC- Post Construction CD = Construction Documents Month 3 to Month 6 Month 9 10"" Month 12 10 Month 15 16°'' Month 1810'"b Foie) RFC] -WC: Revised 71291201 G L n r L • r, r �7 Request for Qualifications Qualifications of Proposer Teain Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in f=oim RFQ-QT. Month 1 is projected to start on the 31' month (90 days) following the RFQ due date, (If the RFQ is due in March, then Month 1 would be June). RFQ Title; URBAN DESIGN AND LANDSCAPE ARCtiITLCTURE/LNGINLL-RING SUNRFQ No.: 16-17-049 Name of Key Personnel: Andres Perez Title of Key Personnel (for this project): Lead Civil Engineer/Project Manger Name of Project Mai ine Stadium Owner of Proj City of Miami Miracle Mile/Giralcia Ave. Streetscape City of Coral Gables Museum Park Lieachwalk II Status Abbreviations: City of Miami City of Miami Beach act Value of Project $45M Role in Project Status of Project Civil Engineer/PM SD 20M Civil Engineer/PM CA 55M Civil Engineer/PM SD i SSM Civil Engineer/PM P Availability based on "/i of time per month Month 1 40 Month 4 411 Month 7 50 Month 10 So Month 13 50 Month 16 so Month 2 40 Month 5 5n Month 8 50 Month 11 50 Month 14 s0 Month 17 50 PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administi ation DD = Design Development PC- Post Construction CD = Construction Documents Month 3 4° Month 6 50 Month 9 50 Month 12 50 Month 15 50 Month 18 5o Form RFO-WC Revised 7/29/2O16 3C,' Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (00 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: URBAN DESIGN AND LANDSCAPE AKCHIILC1 URt /ENGINLLRING SEEN RFQ No.: 1 c-17-049 Name of Key Personnel: Orestes Betancoccr# Title of Key Personnel (for this project)_ Civil Designer/l'rc+jc tt Manager Name of Project Miracle Mile/Giralda Ave. Streetscape Community Paik (Par 31 ilickenbatker Causeway North Hobie Beatli Beachwalk II Owner of Project City of Coral Gables City of Miami Beach Miami-Dac.le County City of Miami Ileacli Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Value of Project $20M $9M S7M 55M Role in Project Civil Designer/PM Status of Project CA Civil Designer/PM SD Civil Designer/PM P Availability based on '% of time per month Month 1 40 Month 4 3u Month 7 `10 Month 10 30 Month 13 30 Month 16 30 Month 2 '10 Month 5" Month 8 3U Month 11 40 Month 14 .30 Month 17 -30 P=Pei niitting CA=Construction Administration PC- Post Construction Month 3 30 Civil Engineer/PM Month 6 4t° Month 5 40 Month 12 3(3 Month 15 30 Month 18 30 Form RFO-WC Revised 7/29/20 i ( Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3'" month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: WYNWOOD NW 3HD AVENUE WOONEHF RFQ No.: 16-17-049 Name of Key Personnel: Justin Freedman Title of Key Personnel (for this project): Erlvircanrz7c ntal Specialist/Certified /lrlacarist Name of Project f DOT District 4 PD8E Contract Owner of Project FDOT District 4 Value of Project continuing services Role in Project Status of Project Subconsullant PM ongoing FDOT District 4 ETDM Contract FDOT District 4 continuing services Subconsultant PM ongoing Okeechobee/Palmetto PD&E Study FDOT District G $85,000 (E Sciences fees Environmental Specialist Planning Miami Beach Tree Inventory Miami Beach $292,91 6 PM ongoing Mount Dora Tree Inventory Mount Dona S72,000 PM ongoing Availability based on '70 of time per month Month 1 30 Month 4 3° Month 7 3ri Month 10 30 Month 13 30 Month 16 30 Status Abbreviations: Month 2 30 Month 5 30 Month 8 30 Month 11 30 Month 14 30 Montle 17 30 PD= Pie -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 3° Month 6 30 Month 9 30 Month 12 30 Month 15 30 Month 18 30 Form RFO-WC Revised 7/29/2016 Lai�S 3L'-' 3,d 3r Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personrei identified in Form RFQ-QT Month 1 is projected to start on the 3 month t90 days. following the RFQ due date Ilf the RFQ is dL.e in March. then Month 1 would be June; RFQ Title: uD and LA. Engineer'ng'1Vynwood NW 3rd Aienue Woonerf RFQ No.. 15-17-049 Name of Key Personnel: Sam coeter!Street Plans. Sub-Contractori Title of Kay Personnel ;for this project,: Er Name of Project Owner of Project Value of Project Role in Project Status of Project 'ie•.v raven Downtown Transoortat,an "al Cry of -aven. CT 53' ''_+` Pojec: =igmeer uJ eur'tng:on Quick 3a:i'tt Program Crty of 3Lr';ng'on. VT Public Works ids OCC ;Protect Engineer 1PD Ai'lev'I".e, Car+ule'? Street; Dernonstration ,Cty of a;^ev ile SC 531: P•ol.,.• _•Igineer PD A./ailatility based or of time Der month Month 1 5C':i Montn 2 S'C"' h,ljrth 3 5u 141orth 4 "0 ° Month 5 7 : Month 6 �5'" Month 7 75'1 Month a 75." Month 9 75 Month 13 30 ° Month 1 1 3'" , Month 12 3c ^ Month 13 3`- ° M r to 14 3C , Month 15 Month 15 30'.1 Month 17 30 ' Month 1 S 3'0'9 Blahs Aobreviat!crs PD= Pre-Des,gr P=Pefr,itting SD = Schematlo Design CA=Construct;on. Adrninistr3t:cn DO = Design Development PC- Post Construction CD = Construction Documents Form Rru._,'ic Revised R :9 2016 22 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June).. RFQ Title: UD + LA/Engineering for Wynwood NW 3rd Avenue Woonerf Name of Key Personnel: Dana Wall RFQ No.: 1(a 17 049 Title of Key Personnel (for this project) Urban Designer Name of Project Owner of Project Value of Project Role in Project Status of Project New Haven Transportation Action Plan City of New Haven, CT $90,000 Project Designer DD Burlington Quick Build Program City of Burlington, VT Public Works $65,000 Project Designer DD ;Miami -Dade Quick -Build Program Green Mobility Network $50,000 Manager/Designer PD Availability based on rYr, of time per month Month 1 so'', Month 4 sti"° Month 7 8( " Month 10 85D" Month 13 85 Month 1G 85"'' Status Abbreviations: Month 2 50% Month 5 7 't' Month 8 BO% Month 11 Month 14 85`ia Month 17 85"/" PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 5o"„ Month 6 75"° Month 9 8" Month 12 H5"° Month 15 85% Month 188"'' Form kr-o-WC Revised 77291201E Request for Qualifications Qualifications of -Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3'1 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: UDand LA/Engineering Wynwouct NW 3rd Avenue Wuonei( Name of Key Personnel: Irene Balza (Street Plans, Sub -Contractor) RFQ No.: 16 17-049 Title of Key Personnel (for this project)' Urban Designer Name of Project Owner of Project Value of Project Role in Project Status of Project Magic City Innovation DistrictTUP Magic City Prone; tl es 1, I LC S11,O00 Architect/Designer UD Availability based on % of time per month Month 1 7"o Month 4 75';" Month 7 50`"° Month 10 811"' Month 13 t;5"" Month 16 P5 Status Abbreviations: Month 2 7 s Month 5 '()'° Month 8 't1''" Month 11 Month 14 85"" Month 17 B` PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction AcIministizitiun DD = Design Development PC- Post Construction CD = Construction Documents Month 3 75"" Month 6 50" Month 9 15% Month 12 85% Month 15 85 Month 18 Form RI-Q-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Teain Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"a month (90 days) following the RFQ due date. (if the RFQ is due in March, then Month 1 would be June). RFQ Title: UD and LA/Engineering Wynwood NW 3rd Avenue Wuunerf Name of Key Personnel: Sam Goater (Street Plans, Sub-Contractoi) RFQ No.: 16-17-049 Title of Key Personnel (for this project): 11 Name of Project Owner of Project Value of Project Role in Project Status of Project New Hoven Downtown Transportation Plan City of WIN Haven, CT S90,000 Project Engineer DD I3urlinifton (Nick Build Program City of Burlington, VT Public Works $65,000 Project Engineer PD Asheville Complete Streets Demonstration City of Asheville, SC Ss0,000 Project Engineer PD Availability based on "1, of time per month Month 1 r'""" Month 4 ('tt Month 7 7 )"1" Month 10 si3"'' Month 13 t?r} Month 161+ty Status Abbreviations: Month 2 r,OIr Month 5 r'r}"'' Month 8 7'"R Month 11 Month 14 80"'n Month 17Hurii PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 """ Month G 75"`r Month 9 ire"," Month 12 80 %° Month 15 13OO"`' Montle 1880"ii Form 1 iF0-WC Revised 7129/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"' month (00 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: tinand LA/Lngineering Wynwood NW 3rd Avenue Wooneti Name of Key Personnel: Sherryl Muilente (Street flans, Sulu Conlractorl) Title of Key Personnel (for this project): Public Relations ' pecialisr RFQ No.: 1 C' 17 049 Name of Project Owner of Project Value of Project Role in Project Status of Project Bonita Springs Demonstration Project City of (Bonita Sp hills, IL $30,000 Project Manager PD Asheville Complete Streets Demonstration City of Asheville, SC S80,000 Project Manager PD 1_ Availability based on '% of time per month Month 1 Month 4 iu`?n Month 7 /r' " Month 10 75"" Month 13 s`5''" (Month 16 ter' Status Abbreviations: Montle 2 2S"n Month 5 S()"n Month 8 75"" Month 11 Month 14 }{r'"„ Month 17 8 PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 r)n"n Month 6 5c1"" Month 0 15 Month 12 85'%rl Month 15 i'.'" h Month 18 sr)"n Form RFO-WC Revised 7/2912016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: lift and Lot/Lnyineering Wynwoc,d NW .3rd Avenue Wouner( Name of Key Personnel: Anthony Garcia (Sheet Plans, Sub -Contractor ) i7 RFQ No.: �r,..tf�t� Title of Key Personnel (for this project) Design Architt at, Urban Designer r Name of Project Owner of Project Value of Project Role in Project Status of Project MD Ttanspottation Quick -Build Program Street Plans/Miami Dade County 560,000 Project Manager I AvailabiliIv based on 'A of little per month Month 1 ;"^ Month 4 Month 7 5(}°" Month 10 75 Month 13 75"1S Month 1G 75 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 2 75 Month 5 25 Month 8 75 Month 11 75`"' Month 14 75" S, Month 1775"" Month 3 )5„„ Month 6 5t1"" Month 9 Month 12 /5% Month 15 75"„ Month 18 75u" Form RFO-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions _ 3'3 v e4,31 e3:. :f .'e K.e.+ -'si-ne. C ..' e: 4i= r s s.3.1 an rr'e . :e..r `C .:h:'y- the C_D f ,he F-0 s r Mar; tre� J,.re RFQ •"r1' •:": 3 :.1 Name cFKayPersonre': R=+1 fro.: Tithe of of Key Pers•7r.ne' .^ s _ _ a_ " 3 Name of Project Owner of Project Velue of Project Rite in Project Status of Project Y 1 • � .+� r s .3"-. St3 us Acerev a..^s PD= Pre-Ces g' SC = Screma'ic Ces•g^ CD = Design Deue ccment CC = Constructor Dcc:,rnens .'J.3 :C �4;'� �35'r� ]r �•_ wf ttr'A Cer rf: .. Mc^t 1 1lY4 Mtir.t, 2'O.:,. Mc 3 - y,7D.,, Mc 3 .' 1.11: , 9 >4 hf: t hi wti"t" 1,3 Motu,`' 17 MCr.t,. P=Pe ^,�ttrg CA=Con.strt.ction Admiristratucn PC- Pis; ConStruct;or Request for Qualifications Qualifications of Proposer Teat Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: WYNWOOD NW 3RD AVLNUL WOONLRF RFQ No.: 16-17-049 Name of Key Personnel: Maggie rernauadcv Title of Key Personnel (for this project): Public Relations Spe a iralist Name of Project Strategic Policy Development (County) Owner of Project New Florida Majority Value of Project S25,000 Federal Proposal Development JRD & Associates Open Contract Role in Project Lead Asst. PM Status of Project 10"ro PD on -going Resilient Miami Policy & Outreach illuMIA Policy & Outreach Urban Impact Lab $ 20,000 Policy Leacl 80% CA Urban Impact Lab $15,000 Policy Lead 50% CA Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Availability based on `/, of time per month Month 1 60 Month 4 00 Month 7 811 Month 10 80 Month 13R0 Month 16 80 Month 2 00 Month 5 80 Mouth 8 80 Month 11 80 Month 14 80 Month 17 00 P=Permitting CA=Construction Administration PC- Post Construction Month 3 00 Month G 80 Month 9 00 Month 12 KO Month 15 80 Month 1800 Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: WYNWOOD 3RD AVENUE WOONERI RFQ No.: 16-17-049 Name of Key Personnel: NiNAJOHN`_,ON Title of Key Personnel (for this project). OWNLR Name of Project MIDTOWN 29 I'ENNINSULA ONE Owner of Project MORGAN GROUP Value of Project S 140,000 Role in Project Art Consultant Status of Project Pending BOCA DEVELOPMLNTS S100,000 Art Consultant Pending AvaiIab llty based on "A of time per month Month 1 20"„ Month 4 2r}`"" Montle 7 2t1 Month 10 20"„ Month 13 20 Month 16 2f11" Status Abbreviations: Month 2 7(1"" Month 5 7n"" Month a J0"^ Month 11 2°"', Month 14 20"h Month 17 20"° PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 2 0"" Month 6 2tr" Month 9 20' Month 12 20" " Month 15 20"n Month 13 20`th Form RFQ-WC Revised 7/29/201 r Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: Tr.s f:rm sra 1 be. :or-cleted fcr e.3or of the Key Personnel identified :r1 Form RFQ-QT Mcrth 1 is orsje:ted srn or v-e. 3 r-crt!- ,S,C, daisfsilsw:r; tt:e. PCO de ae itbe RFC) s d,e ir klaroh. y-en Mcrtb 1 '0,01,!,..": ze Jure RFC) Title: 3'1 E-1; ki ,2-u.r.• Name of Key Personnel: 'a— Cc'a7e' Title of Key Personnel (for this projecti: EE Name of Project Owner of Project RFC/No: 1.3 17-14) Value of Project Role in Project 2C .vnto,:di T,3r36:x..,-.1! on Dra, C:r -ave. CT ' 31,1d C t, • De'n0r67 -3' C I:0 SC Status of Project S'etus Atcre:Pet,srs PD= Pre-De3gr SD = Schoma:: Design DO = Design De'ieloprcent CD = Construction Documents 7 "3 :rtn 13 3': ,lc:' 13 ta;od on nre cer r-ortn M:rtn 2 5C1', 11,1cntn 3 Nontr• 'SC '' r1,1crth 6 75 ? NI:rtth S 73 Month 573'1 Morth 1 3: Month 12 3`; Mcrth 1-150 Month 15 Mort' 17 31:.' Month 13 p=Perm,rg CA=Corstfticton Administration PC3- Post Cortstruct:cn Urtar. 3' Project Team Organization Team Structure DESIGN COLLABGRATI'vE l 7a—ar Local Office Landscape and Urban Design The 3tree P'an Collaborative j-X.-Cary Sustainable 4tiarni Inc. Coastal Systems International, Inc • Our c)r.i.i deei tl Ce.inl I+ a small. agile group of i,ion.ary leaders in the disciplines of roailicnr landscape archir. Lure, urban design. archi- tecture, and eel girwering. such. pow. r+: Ctl vsork roginher in a c iIi bnraiive -brain trust." Our team srruc:ure nlrire closely r.unlbles a roundtable or hive than a typical. hierarchical pyramid. TEAM LEADER Local Office Landscape and Urban Design will seri.e_ th, team leader and print of contact for prl)j,ct management. scheduling and administration. Local Olfic: h.r. coniid.rabl. \F r,n:: in ticnrking with multiple clients. consultants. ultants. and stak,hoLLrc. Our I)t!ice i+ rccognir.e,l as .1 l.ln,l,..l^e arillit.Ctur. firm t::n found in the role of prime consultant. 'X: rake gr,.tt pride in our ability tr shepliersi hold design ideas from the studio to 1 built reality and we have extensive experience securing municipal approvals .[lid leading community meetings. WC are knoll n LUr our irmosatr.-e: 1pprr+ach Er+ cl;lprehellslCe sIE.0 design. cl)Eltmunl[Y process JIiJ the ability to col Liiiiir.t[e le Eth multiple sralaehr+leers. AN EXPANDABLE NET'AORK n .a . rlrl,\ project that max r c{uirr the e:per; input of elide rang +IfO 11,11i:1nrs. li.; �-.1' ,Cr ; an the ion: consulting, group salad,: also managing the et:; rrr, ell 111 n ...... 1• r!, ,.,, i,',-gill r.lcr is Lltldera 1'.. 32 sr `IA a _ _ Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Forin for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposer's Proposal being rejected as non -responsive. Reteronce Form RFQ-PP-R must be completed for each Form RFQ-PP that is submitted. RFQ No.:1 i-17-049 RFQ Title: Urban Design & Landscape Architecture/ Engineering Services for Wynwood NW 3rdl Ave Name of Proposer: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN Address of Project: Miami, Ft Name of Project: Miami Grand Central Park Name of Project Owner: 0111111 / Paik West Redevelopment Association Project Owner Contact Telephone No.: 78G.202.0530 Project Owner Contact Name: Mark Lesniak, Project Manager Project Owner Contact E-mail address: marklesniak@gmail.com Brief Scope of Project and How Project is Similar (additional space provided): A pop-up park, the largest in the US, conceived as a catalyst for revitalization of a blighted Miami neighborhood and designed for maximum flexibility: farmer's markets, concerts, etc., and passive recreation. Value of Contract (if applicable): Awarded: PRO BONO Basis for Difference in Value: N/A Actual: FRO BONG N/A Q Project Completion (rro. of calendar days): Projected: 130 Project Geographical Location: 0 Urban ® Rural Type. of Project: F'ub{ic.Parks, Resiliency By: ,1 7/27/ 17 Signature of Authorized Representative Date Jennifer Bolstad Printed Name Primil)al Actual: 180 N/A Title Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below. as necessary. LOCALOFFICE in.r.t11,tion riot- \ 1%. PROJECT PEFERPiCE Form RFQ-PP Revised 12 23,2016 34 gr A _ ! A '-r 3r1 Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposer's Proposal being rejected as non -responsive. Reference Form RFQ-PP-R must be completed for each Form RFQ-PP that is submitted. RFQ No.:16-17-049 RFQ Title: URBAN DI. SIGN, LANDSCAPE ARCHI I EC I URE AND ENGINEERING SERVICLS FOR Wynwcxr' Name of Proposer: LOCAL OF I-ICL LANDSCAPL AND URBAN DESIGN Address of Project: Mayaguez, Puerto Rico Name of Project: Mayaguez Parque del Litoral Name of Project Owner: City of Mayaguez Project Owner Contact Name: Luis Can,,u o, Project Architect Project Owner Contact Telephone No.: 787.220.8633 Project Owner Contact E-mail address: luiscamano@yahoo.com o Brief Scope of Project and How Project is Similar (additional space provided): A miles -long waterfront park providing coastal resiliency, sustain- 5 ability through phytorernediation as well as creating a flexible multi -use park / passive recreation space. Actual:80,000 N/A ❑ ° Project Geographical Location: Urban ❑ Rural T Type of Project: Waterfront/Coastal, Public Parks, Resiliency o Value of Contract (if applicable): Awarded: 80.000 Basis for Difference in Value: NIA Project Completion (no. of calendar days): Projected: 540 Actual: 540 NIA ❑ By: 7/27/17 Signature of Author)zed Representative Date Jennifer Bolstacl Printed Name Principal Title Form RFD -PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below. as necessary. LOCAL°FFICE PROJECT RE =',:E 4r ,• A-P-4--* • • > Form RFQ-PP Revised 12 23,2016 36 s. Request for Qualifications QualiflcatIons of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ, Failure to submit a completed Form for each project may result in the Proposers Proposal being rejected as non -responsive. Reference Form RFQ-PP-R must be completed for each Form RFQ-PP that is submitted. RFQ No:16-1 i-049 RFQ Title: Wynwood NW 31d Avenue Woonerf Name of Proposer: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN Address of Project: Arverne, New York Name of Project: Arverne View Landscape Resiliency Improvements Name of Project Owner: L&M Development Partners tner5 Project Owner Contact Name: rlagc�arty, Project Manager Project Owner Contact Telephone No.: (212) 233-0495 Project Owner Contact E-mail address: )baggartpolnaclevpartners.cnm Brief Scope of Project and How Project is Similar (additional space provided): Resilient landscape infrastructure improvements for a multi acre coastal housing campus directly facing the Atlantic ocean will protect residents from stormwater and sea surge risks, while creating more desirable public spaces, Value of Contract (if applicable): Awarded: 159'9'8'00 Basis for Difference in Value: n/`r Actual: 15i9,958,00 N/A ❑ Project Completion (no. of calendar days): Projected: 18() Project Geographical Location: 0 Urban 1=1 Rural Type of Project: Coastal, Public Parks, Resiliency By: Signature of Authorized Representative lenuih'r Bcrlst,ad Printed Name Actual: 180 (estimate] 6/22/2017 Date Principal Title N/A ❑ Form HFQ-PP Revised 12/23/2016 r M u T3 r,, Request for Qualifications Qualifications of Proposer Please utikze the space below. as necessary. LOCALOFFICE »EW REsn_JEND, Ap\,ERNE. NEW YORK . • I II I . „ • . . •L. t_ •• • •, :or INFILTRATION ZONE 1-1121`1 -- 4 Form RFQ-PP Revised 12 23,2016 33 ArCkit.."1"!1;,' ,:r 3r SECTION B 3a L.3f'C�ic300. IJrb Request for Qualifications Proposal Design Approach and Process RFQ Title: Wynwood NW 3rd Avenue Woonerf RFQ Number: 16-17-049 Name of Proposer: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN In the space provided below respond to the requirements for Design Approach and Process as specified in the RFQ. For the NW 3rd Avenue Woonerf we envision a continued evolution of our practice mar- rying aesthetics, use, sustainable practices and resilient systems deeply integrated with surrounding hard 'Infrastructure. DESIGN FOR COMMUNITY With our public streetscape projects at Miracle Mile / Giralda Avenue Woonerf in Coral Gables. our Grand Central Park project in Downtown Miami and various projects in the Roc'ka'dvas in coastal New York, we've developed an approach that brings a unique tech- nical landscape / urban design praxis developed in close conversation with the communi- ty. There's a reason we've called our firm Local Office. Rather than approaching a design challenge from on high and far away, our work looks to embody a creative outgrowth of locally -inspired creativity and function. We don't simply seek to include the community brain trust, we rely on it. Our community outreach includes but goes beyond the usual civic and community or- ganization engagement; we reach real, everyday citizens at their places of ownership, shopping, living, both longtime residents and those new to a rapidly -changing neighbor- hood like Wynwood, citizens committed to see their community develop, grow in vibrancy and are there for the long term. Something as simple as scheduling community outreach during times when single parents are less likely to need a babysitter can have a dramatic impact on tne variety of voices heard. Our team brings technical expertise; residents will bring expertise that's inherent in just having been a resident of that community. At the stakeholder / business owner and regulatory stratum, communication, coordination 40 Kri,I.I)1P p-Q r i" h.-,_ _}r }r,y _i^...' it^. .Y•_. :ram,*:. _,:j r.r 'l`At 3r1 S,?rue 44`. Request for Qualifications Proposal Design Approach and Process Please utilize the space below. as necessary. and inclusion becomes paramount. Our work in Shoreview in the Rockawas required complex negotiation and interfacing between a vari- ety of state agencies, city agencies and the sensitive transfer of Army Corps standards for coastal pant- ing. ©uric our develoo--ent of Miracle Mile. busi- ness o,; ":s s ere HOST':_i 3t rues of charrettes to stimulate C! '-v-, - - _ - . _rytning from over- arch, -:I =_ - :a'_ _ ids and visions for t' _ cJaces of c to de`-,'s J' e for cireeezieee c1 rd pre I _ so :e fee fresco c'etc. se cna. rettes deeply informed our desi j-, c'e,e' ,--t and impulsed the creation of a stagger_d o,an for construction to minimize business discontinuity. Our firm has ",worked in Miami extensively and one of our principals. Water Meyer, grew up in the area. Our community -based design work has been recognized at the federal level. In April 2013, the Federal Government recoghized the fl-ma's partners' Initiatives for rebuilding a more resilient Roc'ea1vay Beach with the Hu'ricane Sandy "Champions of Change" award. THE SCOPE OF WORK We envision the NW 3rd Avenue Woonerf as a space both for the community yet built in harm_.._, wee t ;e NRD-1 master plan. A woonerf where color, light, play, aesthetics and soejai e,ng intersect. A facade -to -facade design, as in our Giralda Ave Woonerf, perhaps w,th pedestrian -only sections yet allowing for enough vehicle and service traf- fic as reduired t: 'keep the neighborhood economically viable. The interaction between landscape and a'_. loot- ce facade and in private property. is key. Landscape 'borrowing' existing facade art to create space: landscape as aperture and frame. The Woonerf will be a place not only of identity and aesthetics but a space of innovation in urban resiliency. A hydrology strategy must mitigate-.... _ +� , Miami's famously intense downpours, which can shut down service, availability of space and commerce. In our Pardue Littoral (Coastal Park) project in Mayaguez, Puerto Rico, we showed how plantings can creatively dovetail with a planned hard infrastructure buildout sufficient to create plant 'banks' of species both native and beneficial (in Mayagcez's case, providing phytore- mediation of urban runoff before reaching the ocean). A controlled environment like a woonerf is an 0000r- tur'ity to reintroduce and test custom -grown native species and create a bank. As the climate gets hotter and storm events more intense (NOAA has estimated a 1-2% increase in rainstorm inten- RI 1,1-1)1k' L7=�' 0" -? Lir`fti-iCC,. 31'y Url7 :inL-- a' Request for Qualifications Proposal Design Approach and Process Please utilize the space below, as necessary. sity each year) green infrastructure becomes even more valuable and beneficial: a prop- erly established native species, for instance, evapotranspirates faster the hotter it gets (a single tree can transfer 50-100 gallons of water on a hot day). This transfer creates an evaporative cooling effect: woonerf as microclimate, providing respite from the heat -re- taining streets of the concrete urbs. Networ <i., _y cr infrastructure is critical: a series of networked trees will create a woonerf net _ a y cooler than surrounding streets. Additionally, roots tapped into g.round4vater -alp mitigate the pressure and concern of an elevated water table. Thus green infrastr:tire has a dual benefit of groundvvater mitigation and cooling of the atmosphere, tr,o pressing Miami concerns, relieving pressure and dependency on hard infrastructure. Local Office tries to look forward and overdesign for contingency, Tne most intense rain- fall event ever recorded in Miami was 5.6 inches in a single hour. Our Miracle Mile / Giral- da Avenue Woonerf can handle 7 inches per hour, to anticipate future climate volatility and rainfall event increases. The NW f can help clean the air not only o1 encoura j ng pedestrian traffic t;nrauc; - f=,_."_- facarie design that eliminates curb cuts and strategically limit- ing combustion-eh.J . e vehicles but by the careful selection of species measures to have high carbon air sequestration rates. Our Miracle Mile / Giralda Ave Woonerf proved on minimum planting standards for Mi- ami by networking porous paving, tree roots and- surface abeyance systems into a single stormwater / flood reduction syste,r, We envision the same for the Wynwood woonerf. We foresee a rainwater irrigation system, which would reduce fertilizer maintenance (rainfall, normally acidic, allows increased nutrient uptake when compared to often alka- line municipal water sources). Plantings engage and interact with pedestrian movement, as our work in Miracle Mile, where light, scale and texture were coordinated with groundcover and visual intensity of shrubbery, higher in areas of slower movement and lighter in areas of greater pedestrian activity. A PROVEN TEAM Local Office often primes and leads complex teams, unusual for a landscape / urban designer. We have a proven capacity to shepherd a project to completion on time and on budget. Finally. we have assembled what we feel is a leading team composed of focal Miami firms and firms with roots in the area, and firms that are leading lights in their in- dustries. We find the NIN 3rd Avenue Woonerf one of the more exciting projects we've come across in recent years and hope to be able to collaborate with the City and residents of Miami. R.-7,J (+L' -�� L'C 3' r' S ir..1 1_3nY .3;^n .]r_h� 3 r.�ra C C en,e ,� •_ �� �t, > t 1 _ 't 1,, �,, �,, 7„ � .,� ar 7 5�'Y,�"'-5 ' r v' Ni,3r-t Request for Qualifications Technical Capabilities and Methodology RFQ Title: Wynwood 3rd Avenue Woonerf RFQ Number: 15-/7-049 Name of Proposer: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN In the space provided below respond to the requirements of the RFQ regarding Technical Capabilities and Methodology. LOCAL CFFICE LANDSCAPE AND URSAN DESIGN Local C'.7 reputation has beer built on design 3.2IS 3S a sca.:e intei`:1:.-z.• : •i., le,..e.raging riatura! landscape. structine.5 La drea'. on' l3St'ucture for the long to i. In our a A Garden in 51 in our work in Coral Gables as part of the team the'.bL.t Lo '+.1 Giralda A, enue oone.both government streetscape 33•41r7.;- 7':3! s_istairable design: how tc• make the s. a 7tt-• • but a crLicial e.letriertt cf the citi,'s •iije5.Lan•f ria Is are powerful \,•ectdrs to 4virirg in tandeni itn .:•re traditional ha i-d infrastct.ire apcioi•ai;:os. -a n-a• -.--ais ar.d t-e cer-f:rmat:,-,e qi,ialit.es the r - 3 :. advise clients ss ...'--5•••e to proritie inestrrent i•. --a: a t: — r is the sarne. 5-g as allocation it can ha .e a c -TT e';',•.:t on the of the end user. A fe•A• hold elements can go a long 443: t3443:1 ▪ plat;317.13;•111g. ri7.7.(14 chosen background elements wear a.va%,, at a budget vctii hnited ▪ f..7.3 impact_ woci• CMS 5. a.-e everienced in negotiating an effectriee path thro.ugh s - 9• ir . •.a.' of si.irotimes competing pub4c.'prlv ate interests. Local Office frequentl!. - 7- i•-•-• --: diiie to our proven track record of na,Agatingcompler re,gulatorl. s•: 1.2 sels13 a -_:art from other landscape / urban design practices. ARDANIA,‘4 & ASSOCIATES GEOTECHNICAL ENGINEERING • s - si..; A.rda-nan ha \•e provided services on tens of thousands of projects r9.- fi s fml residences to billion -dollar industrial corn pleNes. Tfect. am:where.. No matter how large. or small our eng r ./ :aches it with enthusiasm and our full arra', of resourdes. 55 veo• i•g the Ardarma - brand. we accept nothing less than complete satisfaction Or, 3 projects 9. Di-ir name. THE STREET PLAN COLLABORATIVE I DESIGN ARCHITECT AND TRAFFIC ENGINEER ,V sn3 Eat:.1-1 in 2009. Street Plans is an award -winning urban planning. design. and sith offices in Miami, New York Cit. and San Francisco. OUC firm is l•i- 9 . -•3" .e practices to test and implement projects for a range of ph • . TLC ugh the publication of four open -source guides. and one full !i• : have become the stewards of the international mo, • _ • 7.- and ad‘ccac or has also given shape to topics including open eels public rnaci-et des g-. and public space stewardship. BISCAYNE ENGINEERING COMPANY SURVEYING AND MAPPING SERVICES BiSCiA•fNE EN, NEEPlN0, \1AN'r. AC. is 3 full service Sume%ing and Engineering Campar,. located in South Florida and it has been since Its founding more than 100 lears ago. 4iNote, are committed to creatmg innovative solutoons for the changing demands of our clients and our BiSCA,NE has been d tee0, involved and is e‘trern0 .eh versed in v‘orking within the PFQ-T 0:3 30t1 LirC13 De; 43 Request for Qualifications Technical Capabilities and Methodology Please utilize the space below. as necessary. E .- • _ : 773 Depa Our cnnt:n.-, _ :! oi-i_ -_n:e and come vas` N• _ .ti of or_,r local c _ - r cu ; *inn c fie . : proven irv3l._iable a'n a a r legal profession and the COASTAL SYSTELIS INTERNATJON, Coastal Syst r7 = :I _ a .:: eloping the, South FI- : rep :r t cr i4' G', _, ran. City of Hollywood. 4i air, - Transportation ICI, -:;t 4 and District 6i. its, ent to this community has given us the opportunity to gain a sun,ey'ng control. Whether it Is 3 . 177- _f = +s. BISCAYNE has an archive cf _, ,, is ,_ ... "as I e library of resources and doclllllents that have, i ,ernment agencies. prl',ate - _ INC I CIVIL AND COASTAL ENGINEERING S: s`erns) has an established reputation for providing '. "1r;• erlvironi ens F:r c: v 20'.ears. we have _ =. =Jti' e s:l'.,. _ _ _,= gr of rrarinas. -' st. .:turns and private island oes- ' .. ions. Vie have a' a'ssed s _ ant :- ; in managing projects throughout Florida.- tie CarihCe3n :and the ,A " nca Fr'. _ ..:": investigations including hydiogr3pilic surveying and marine _- : p.ermlt<ing. design and construction. we provide clients with a field -to - fir -list solution. LISA H. HAMMER, RCA I ISA CERTIFIED ARSORIST A 4I = I•. e - years of professional etr erience in -n 3 • s ,l:r,epIoa' hert,cuit.ire.. Pan._.:!; - expertise In arboriculture. landscape mantel -a _=. ir--'g,ated pe..ST 1 a'a_ '—_ -_. pi ant r,_,t' 7 .. . t management during construction. tree re':nation, plant a c _, ,- . - _ ; • ''- _ :. _ _ -apertj owners and managers. landscape industrif pni•res. :nais.' -.ope.s,: :ts. a- :. engineers. Provide cr-site consultations, prepare technical recoil -is and :' ,' .' 7e prect oversight, forensics and expert testimony in legal cases, E-SCIENCES 1 ENVIRONMENTAL SPECIALIST E Silences. Incorporated iE Sciences' is an environmental, engineering and ecological consulting firm providing wide range of services to clients in both the public and private sectors. E Sciences was formed in 2000, hirriiiingt: :: r a team of professional and technical staff members with a long history of s _ ; `_." - . ,.,t -3 cots throughout Florida and the Southeastern United States. E Sciences fund_a . pri 1 is based on "respcnsiveness, expertise and creating value for their clients." E Sciences vers strong project management. comprehensive multi -disciplinary services. knowledge of :::ec€fic rw . n.al issues. relevant experience. and dedication to technical excellence. This expertise crialifies then. as leaders in their field, They understand the challenges facing private companies and gove. - e : a zencies. including scheduling constraints and shrinking budgets. and responds by struct'ur.rg ' r :_: :-:a 11 to deliver high value and excellent service. E Sciences was founded an the belle` , ,a. they could consistently perform better than their competitors by providing grua:'^.. re' s._'vices regardless of the size of the project. They apply the same professional and tecbr - _ - .e to their services whether the project is a small single- serv'ce contract or a large-sca'ie nnt.,'t ..::sciplinary effort. One of E Sciences' fJr,:ndirg principles is to keep customer service at the too of their priorities_ RFO-T a.� S•?r.�,_?�*,r fry .�. ��f'!�l 3r1. ,�'T. ''�`•'r' Request for Qualifications Technical Capabilities and rIlethodolocyy Please utilize the space below, as necessary. SUSTAINABLE MiAMI INC. COMMUNITY OUTREACH/PUBLIC RELATIONS SPECIALIST soNIIA / Sustainable Miami provides y:Lur team with 20 years of knowledge and relationships in the public sector. I,Nh tither it's educating and advocating for your priorities. strategic communications :h. ,.- nt or relations. or project management. sMIA / Sustainable N1 7 r =. t:: ass S_ n naviga::ng through complex government and community structures in a.- = ' :lent manner to a=h e',u your desired goals with proven results. S.. stainable MM.arri is Disa_ ,a 7.32. d Business Enterprise Certified iNo.15360a & Nl;ami-Dade County til , 'Small Business Ent _ SSE, Certified No. 15731f. NINA JOH,NSON-MILEW'SKI I ART SPECIALIST Director/ 0,,,,ner of Nina Johnson. formerly known as Gallery Diet. Miami. FL. Programming highlights include the first Miami exhibitors of artists Jonas N1e'kas. Awol Erizku. Ann Cra,en, Katie Stout. Betty and Francesca \\ odman. Rochelle Feinstein. Clifford Owens. Aki Sasamoto. Christy Gast. Bridget Baker. as w,_ll as alternative projects with Proyectos Ultravioleta and Artblog Artblog with Joshua Abelo;;. Miami based artists exhibited include Bhakti Baxter, Emmett Moore. and Nicolas Lobo. The gaper; also manages the puldi c art proposals and commissions for gallery artists. Bhakti Baxter. Nicolas Lobo. Emmett Moore and Ed win Beauchamp. among others. RFQ-T 45 SECTION C 4,3 DI-C) 1\4 = 113 lr Sri ; '• rsr', 3,1 Request for Qualifications Qualifications of Proposed Landscape Architect Instructions (Please utilize the attached additional page, as neLessaryl Proposer shall provide the following information for at (east three (3) completed projects where the individual identified in the Proposer's Proposal served as the Landscape Architect, as defined in the RFQ, for the stated projectiphases. Each project submitted should be of equal or greater scope. size, and cornplexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each protect may result in the Proposal being rejected as non -responsive. Reference Form RFQ-LA-R must be completed for each RFQ-LA Form provided. RFQ No :16.17-04 RFQ Title: Urban Design and Laiirlscrape Architecture/Engineering Services for Wynwood NW 3rd / Name of Proposer: Local Office Landscape & Urban Design Name of Proposed Landscape Architect: Jennifer Bolstad Name of Project: Arverne View Resiliency Address of Project:57-17 Shore Front Pkwy, Arverne, NY 11fl )2 Name of Project Owner: Arverne Preservation LLC Project Owner Contact Name: Josh Haggerty Project Owner Contact Telephone No.: h46-527-7229 Project Owner Contact E-mail address: lhaugarty0.1mdevpartners.com Brief Scope of Project (additional space provided): Design of resilient systems and landscape improvements resulting in a comprehensive resilient systems scope for the Arverne View buildings and site Value of Design Fees (if applicable): Awarded: 159.958,8t) Actual: 159.958.8° NIA ❑ Basis for Difference in Value: N/A Value of Construction (if applicable): Basis for Difference in Value: N/A Awarded: 1.8E140010 Actual: 1.81°.400.00 N/A ❑ Project Completion (no. of calendar days): Projected: 36t1 Actual: 36fl N/A CI Type of Project: 0 Design -Bid -Build ❑ Designll3uild ❑ CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes d No If yes, level of Certification: Was work performed as an employee of the Proposer? Q Yes ❑ No L y_ " ) t � Srgnalr)rre of Authorized (Officer -r,� 'r i r\r I i ale Printed NarT1O �Itle PHA LA Request for Qualifications Qualifications of Proposed Landscape Architect Please utilize the space below. as necessary. LOCALOFFFCE Rn. ER. VEA RESILIE'.CY \IDA. YORK • .• , 4r H.- I ,..r • N,:+1 irk.f Inds. Anti frir u.aRlt !N=ILTR.ATrON ZONE PROJECT REFERE`ICE irkfv. SA_T zoriE = = • 41•144`,""N •••••: TT 43 1:3 Request Jur- Qualifications Qualifications of Proposed Landscape Architect Instructions (Please utilize the attached additional page. a5 nec.ess,rryl Proposer shall provide the following information for al least three (3) completed projects whore the individual identified in the Proposer's Proposal served as the Landscape Architect, as defined in the RFQ, for the slated project/phases, Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information aid submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-LA-R must be completed for each RFQ-LA Form provided. RFQ Title: Ur Design and Landscape Architecture/Engineering Services for Wynwood NW 3rd RFQ No.:tpi-t l-t)49 Name of Proposer: LOCAL OFFICE LANDSCAPE AND 1J Name of Proposed Landscape Architect: JENNIFER f3OLSTAf] _ Name of Project: Mayaguez Parque del Lithral Address of Project: Mayaguez. Puerto Rico ci Name of Project Owner: City of Mayaguez Project Owner Contact Name: Luis Carnario, Project Architect i� Project Owner Contact Telephone No.: 787 22()'" 3,"3 Project Owner Contact E-mail address: luiscamano(r yahoo.com r Brief Scope of Project (additional space provided): A miles -king waterfront hark providing coastal resiliency. sustain- its c:o Ability through pltytoremedlatron as well as creating a flexible molt use park 1 passive recreation space. Value of Design Fees (if applicable): Awarded: 8t),Uuli Actual: 80010 N/A ❑ Basis for Difference in Value: N/A Value of Construction (if applicable): Awarded: Actual: N/A [l Basis for Difference in Value: Project Completion (no. of calendar days). Projected: Actual: NIA [j Type of Project: ❑ Design -Bid -Build ❑ Design/Build ❑ cm(r.._-pRrsk 0 Other (specify): LEED or Green Globe Certified Project: ❑ Yes 0 No If yes, level of Certification: Was work performer) as an employee of the Proposer? By.• Signature of Authorized Officer II Printed Name ❑ Yes ❑ No l 1 l Dale r Title PFry {n Request for Qualifications Qualifications of Proposed Landscape Architect Please utlize the space below, as necessa LOCALOFFICE P-V=C?1,E GEL L17"...,7A- PLEPT7.7 RICO- lr • Tr • ' "h. '1,17., irk'. ,r1 • .M ! ...cli J... •,... ... —.......wpigentellianifti...-- . . k ; it _...........",,T,:y - • ,. -2,-- ' ,„,..* .,‘ at..1•0.4," _ _ , , --‘ -'''---'--- . ''''''' .. , :1 : ,77... :i-,.: ,;-4., , ' 50 4.7 Request for Qualifications Qualifications of Proposed Landscape Architect tnstrUctioflS If leave twill/e IIi arlactaei1 arltiiliunai page, as ne,,esalt') Proposer shalt/ provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Landscape Architect, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope. size. and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as noel -responsive. Reference Form RFQ-LA-R must be completed for each RFC LA Form provided. RFQ No.:1fi-17-U49 RFQ Title: Urban Design and Landscape Architecture/Engineering Services for Wynwood NW 3rd 1n Name of Proposer: LOCAL OFFICE LANDSCAPE AND U!2 Name of Proposed Landscape Architect: JENNIFER BOLSTAD ( i Name of Project: SHOREViEW RESll.IENCY GARDEN t Address of Project: 92-22 Holland Ave, Far Rockaway. NY 11693 c'1 Name of Project Owner: Shvreviaw Ayartnaenls. Project Owner Contact Name: Dr. Janie Simmons. Board PaPsideet Project Owner Contact Telephone No.: 718-887-41°8 Project Owner Contact E-mail address: jesimnlons07@,nrnail.cum Brief Scope of Project (additional space provided): Srnall-scale resilient infrastriictrlre. a flood harrier with the tilted garden featuring dune natives adapted to saline winds and occasional inundation Value of Design Fees (if applicable): Awarded: t'Ut10 Basis for Difference in Value: NIA Value of Construction (if applicable): Awarded: 4onttu Basis for Difference in Value: N/A Actual: 6000 N/A CI Actual: 4ont10 N/A ❑ Project Completion (no. of calendar days): Projected: 9° Actual: 11° N/A CI Type of Project: ❑ Design -laid -Build ❑ Design/Build ❑ CMLRisk ® 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 f}I Ffy: , i l • '- 4Al Signature of Authorized Officer Date ' lu , tIJ ,� t ° 11. Printed Name I T itle R;g,IA Landicace and Urban Request for Qualifications Qualifications of Proposed Landscape Architect Please utilize the space below. as necessary. LOCALOFFICE K - V. ,0 ';- - t-..A, '''' I 4_..er. _q1^1.1 : LOCALOFFICE LA\iD1L L i.5I�N JENNIFER BOLSTAD. RLA. ASLA. LEED-A.P, ALA, ISA FOLNDENG PRINCIPAL ; • t t I .trt.!.c.ir,i urb il.i• . 1. ,•,' L 1 ii.N.!!).t SchriciI (iir I 1:i rh. firm n.:,trI!. \ icarcs ii\ Foonornic [I. -)Lit dor iticr.r Faiq and rI and R..%:r.!.triiin., •\ ecittc.lcion \ J.n. 2 Pa.-11.1,1. An.-, I : , S[•:LL,, 19•1ti cerritiLarions In .1 I tn..; \ I • : e‘ri erience and selected project!, • \.!•:•:,nr - I ) •• • !r- . 1 • L_Anyr • 1 1:1J 1,,L ::, Creon Nort.H A , • (:11.1,1.1,.1.21,1 1: • ' • I' ron,ult.tn1 • : _ 1 lotaruriemal. fi.h_k Fr" •• 1 • ::„ ! I \Vitzrfroiit I ▪ )c...,...:oryn,..r[r lork .1.York, Son.n. '21)1,i, Coen + Nic+k ikh-61 ILI' 201;2 to 2,11,0 n R: \\ selected lectures, publications and award.. I: 'I 31.• 1" ' •• Iht I, r•,, 11 , A E1.-42 \i‘ \ `. ),!! I, NI \ it.,,r; I \I, 2irli -•7 • - 2- 1' ! R,,,t11...•:1‘.: _11 \,01 is \I • '1,•111 Request for Qualifications Qualifications of Proposed .Design Architect Instructions {r'I(?a'.e utilise the alldchrc. l page, as rieLEs,„.,ry1 Proposer shall provide the following information for at least Hiroo (3) coniplcted projects where the individual identified in the Proposers Proposal solved as the Design Architect, as defined in the RFQ, fur the staled projects phases. Each project submitted should be of equal or greater scope. size• and complexity. Provide all required information and submit this Form tor each project. as required by the RFC) Failure to submit a completed I-urm for each project may result in the Proposal being rejected as moll -responsive. Reference Form RFO-DA R must be completed fur each Fenn RI 0 DA submitted. RFQ No 16 I tt•1 1 _ RFQ Title ill) r tancl,rapr Arelrrrct trim'/rri+iincennrl `.rrvier for Wynwor,dl NW 3rd AN/Cl/tie WounPrf Name of Proposer: Name ()Hite L.sr,dJsd,rlr+ Ara.lill+ r turd Name of Proposeel Dcsicfn Architect: Anthony (ralcta (alrett flares, Sul) (Deli rc Iri�j Narne of Project: lily of F'undetay lfrclhwrdy 2(10 Master Ilan ,iris! I- Linn Rased Code_ --- Address of Project: 288 F uu,lli ,trr•.�t, Poor I,•r.,y, 11a 83t; ;J Name of Project Owner: City of f'rnulrray Project Owner Contact Name: Lrrk Brut,al�er Project Owner Contact Telephone No.: '°tilt 26''-:'16t Project Owner Contact E-mail address: rii'-'1nrierr.+1iorrieray.urn Brief Scope of Project (additional :.liar,e l}rovi(Jed): CurrRJ I tvla,lrr Ilan and new form based co+ir fur the City of rondo ay. the code proposed codifying II le use of temporary tlritrtdtres as If•yttimat+' form of int+^rain development, ,r avcll as new district, tjuildinrl, and stter'Isc ipe standards to create a more dense city. Value of Design Fees (If appltr,able): Awarded: SI15,t)UU Basis for Difference in Value: Value of Construction (If applicable) Awarded: Oasis for Difference in Value: Project Completion no. of calendar cays)• Projected: Tin Actual:S 1 1 `,,t1{}l} N/A Actual: NiA [] Actual: il() - N/A ❑ Type of Project: ❑ Design-tied-1 #trod ❑ Design/Build © CM e l<isk 0 Other (specify). Cornciui l'"Fri r 1 nun ll,,,ed Code LEED or Green Globe Certified Project: ❑ Yes ❑ No If yes. level of Certification Was work performed as an employee of the Proposer? ❑ Yes Q No L{Y — T �4� Zon Signature of Arethorrged Officer • d PrintS;d Narne ate i'ririctl,al l'rorrct Maridgef Title Request for Qualifications Qualifications of Proposed Design Architect :ease alize. the spa:e below. as recessar/ 7rre s_ ,ed 33 th-? --• - ur^1-5a3ec CD.r? NQ n'a:_ ,', i^if ; C" 3- 31.5.s aid r'..0 _ .. _ . - - _ . _ : a- .1 •_ _ _ . ...- �-_' F'.� IfS:- r3t.�.� Irr c' 3tI'de zon .. _. .. _ S`, _ SC3Y.a i:7 u3F� lPfi J . tom.- stP7Ctf?i as a strategy fDr f development. 75 -1" _it" ii..=3f.'n 3rd 'Jrr..3 Request for Qualifications Qualifrcations of Proposed Design Architect Instructions ti'V,ise Artie the anachert aririirrnnal page as ner,rssary) Proposer shall provide the following inforration for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Design Architect, as defined in the RFQ, for the staled projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Furin for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal berna rejected as hurl -responsive. Refeiurice Forrn RFQ-DA-R roust be completed for each l ornl Rf-Q-DA submitted. RFQ No 1 G-1 ! U19 RFQ Title: UD ' Land.ic,ipe Arehilecture/Lrryineeriny Services for Wynwuud NW 3rd Avenue Woonerf Name of Proposer: t ocal Office t.anrlscape Ai <.l rlecture Name of Proposed Design Architect: Antony Garcia (Street Plans, Sub Contractor) Name of Project: M,Igu. City Innovation District -Temporary Use I'einirt Little I -rani, Miami Address of Project: 601 I NC Jnd Avrnue, Miami. F L 131 1,,7 (project scope is distrit, wide) Name of Project Owner: Magic CPIy Properties I, LLC Project Owner Contact Name: M'ix Shi,ir Project Owner Contact Telephone No.:.3°5.�1°9 5322 Project Owner Contact E-mail( address: `r'sklar plazaecluity.com Brief Scope of Project (additional space provided):. -ore dr'Sir.In and ph-timing,.lnli JI4.' milting drawing-, for pre development sites in the district of Little I I,iiti Miami, Tony led tits design of multiple scenarios for tale dvIrrct, including 110W .tructJres, the louse of existing structures, and streetscape improvemeti Value of Design Fees (if applicable): Awarded: , Lilt" Basis for Difference in Value: Value of Construction (if applicable) Awarded: Basis for Difference in Value: Project Completion (no. of calendar days). Projected: 9r11 Actual: S11,catlq Actual: N/A ❑ N/A 0 Actual: cil) N/A Type of Project: ❑ Design Bid Guild 0 Design/Build 0 CMtRisk ❑ Other (specify) Site Design + VIanniucl. LEED or Green Globe Certified Project: 0 Yes 0 No If yes, level of Certification Was work perfonueJ.as an employee of the Proposer? ❑ Yes 0 Nu _ tr2C17 rty Signature of ALlthoked Officer Dale r"t --1 tijtilr�'1'1�1< G=r' f Printed N Imo l'Irirai)ral;t'rolcct Manager Title Request for Qualifications Qualifications of Proposed Design Architect Please utilize t-le space below as reces3arj Ien7Yor3 j Per'i',t fOr t'(7. \ 3y:'L r9t'f if ^0`, ]'.."`1 JIS-. �i .i LI'. H3it pJ" .'lJ . 3.7 =i=i`. Ai t'.n pro,:t 3-"='1't2ct, he signe. did iC] t r3 c..'cccWrrent.33 fa' i', eM. ! e :v',J o:ed f _ s.;3I.: !`,Y•Yes. Ch3?a ir:i_.de!. a c:rrbirat e.n of 3:e+ paiil`Ie sNd:e. and pro r3mrred iD "l+lt^ bolt iti'J:'ufe,. ar,11 Urn r' D-' _ Request for Qualifications Qualifications of Proposed Design Architect InstructiOTas lease utilize We attached additional' page, as necessary) 'roposer shall provide the following information for at least three (3) completed protects where the individual identified in the Proposer's Proposal served as the Design Architect. as defined in the RFQ. for the stated projects/phases. Lach project submitted should be of equal or greater scope, size. and complexity. Provide all required information and submit this F-urna for each protect, as required by the RFQ. Failure to submit a completed Tom' for each project may result in the Proposal being rejected as non -responsive. Reference Form RFC -DA-R must be completed for each Form RFC]-DA submitted RFQ No 1 h RFQ Title. up - Landsk ape Arclute'P-ture/Lnl.}irlr2erinct Services for Wynwood NW 3rd Avenue Wounerf Name of proposer: LO(,jlUnite Landscape Arrlute! hoe Nance of Project: IRist 1yr1e Cie" 'n Pilot 1)1_rnonstiar Iurl 1'rorer t Name of Proposed Design Architect: Anthony Garcia (Street Plans, Sub -Contractor) Address of Project: 1 tirscayrle boulevard, Mr,lmi, f L 33131 Miarnr Downtown freveluplrnc'rn1 Autllul Ity f Arran de la Lspriella Name of Project Owner: project Owner Contact Name: Project Owner Contact Telephone No.: "r`]i-"r'!' 9/32 Project Owner Contact E-mail address: delvespriellari:'miamidda.c.om Brief Scope of Project (additional space provided): 7IIrep-week pill t I,rc+rert that transformed two parking medians along Biscayne Blvd. into activated E�Iihhi sprat e. with daily community programming. . The project also included the retruhtting of Biscayne 13Ivd., with an added on street parkiny lane and dedicated Value of Design Fees (if applicable): Awarded: 533,ouo Actual: 533,00n N/A ❑ Basis for Difference in Value: Value of Construction (It applicable) Awarded: 533,1(-01-) Actual: 5 T;,runa NIA El Basis for Difference in Value: Project Completion (na. of calendar days)- Projected: 186 Actual: 18c' N/A El Type o1 Project: ❑ Design -Bid -Build El Design/Build ❑ CM@Risk ❑ OIhcr (specify) 1_F_f-D or Green Globe Certified Project: © Yes El No If yes. level of Certification Was work performed -as an employee of the Proposer? ❑ Yes Q No 1n l :.;rrdnalure of fir ho zed RaIY A'0\\41r.'1t. :. '1— I'nni.11..:1Ur'nct .p'Manager t� 4 '.r+' Pi it Iced Naanre i [tie r:r u r.In Request for Qualifications Qualifications of Proposed Design Architect Pease utilize the sac below, as necessary bus/bike Pane. Tony lad the s, FJr t-4 p.I project. and the design and Insta' 3.icns of the traff:c calm,ng elements along Biscayne Soalevard a-d wed c3'd bus:'bike lane}. He played a large role in the permitacquiss;;on process, and overall project managerrent. 59 Li»d3.23ce and Urc p Dc,; gn _L4 I J= F : G rJ - URBANiSM ANTHONY GARCIA F A:: a .. 1.1'.' i i 1 l\ .rk 11.1s appeared 1:1, or been t:'177ir:.1 EV:111: \1.1z'.tzi:;e, \ell Urban News,T1e Real Deal, \1,1- C1_1..:._. \I`..u1:i I1.r.C.2.the EL Paso Times, a:1d1l1e \li.i:;1i N v Times, a'-. - _ 7.. ... .e`. }n;.T•ony t_ a Ctlallt:l=Sr cif the ��1,'1_?.111:' d�il.iinl .1 serie;T.l;tiial -i ... .V.ntio< , I.nii -l..rnl Change Vol, 2.Tognether with \lik. Lldoi:,T,Ii1 U the r.',:ipi..'n' )' -t 2, i:7 Seaside Prize and co-author cr the full-len:nth h+1okT.ietiial Urb.111- :.. + I- i:.. Pre, in \larch 201 teamed by Pia:-:ctiz:n as one of the top 10 hooks I I. :- .ld:.::ict C_ti II.Cl' 111L:Ilbtr at the L`11:yer,:tL' Ut \.11,lnll School of :i;e Ludlam Trail project, resuh in the addition of over t_:'_<, f r.cn i`i:k - .1:; i:: :\.l:.i;ni-Dale County. • 1 of \ I .ten School of Architecture, \1_tster; - e,f _Architecture, 200 . • I \T:ami Sihllol of Arehitec.ture, Rome Program for Ciry Pia:":nin 2003. • I I1_"1 i.".l L:..,.r; t1.(.ir.1.1'aat.. ti;1lo,tlot Desin:n. SLzmin.r.-1:,:hite,turc Prt7.r.t::i, 2ii4)2?. • \_u' 1'r.in.ner- `v, B.A. C'rh:in Planning & l.ehit:etur , 2002. Principal I j'I13r Street Plan. Collaborative I Miami, FL, 20111 - Pre.ent • \I..1:-.. D,.l_-1'rt:. -. (�kg; Pr g-.In..11.1...Fl. • Biscayne C_ir:.,. r.i:.. A: C .. i .. Pilot Prijeet.FL • B:ketWA Tac ti: j; 1_'IUnaniirn Pilot Proie, rs, aiorthwest, Arkansas • Zhe Tactical Url-.-n-li r'; 41::i a` r.1 \Iarerials + Desi.rn, 20lb • ti'il'.a : a:1,i Barrie \T.l<ter Plan and Tactical LTrbani;::1 Plaza Project, Carlsbad, CA • Ban.::' ,I;t 1f i.1 ::, El„ Tactical Urbanism Pop-up Park • [.. 1• is-". Davi Der.: _nistra-i•n1 Projects, \Ii.uni, FL • ; :._ ...._ By U ,:, : — East Somerville Neighborhood Master Plan and Demonstration Project, Somerville, NIA • Down' De:iitm;:rari=1n Project and Form -Based Code, San \ I.trc{1s, TX • lion s.nnai Cut -Off Road d Pedestrian Improvement Demonstration Project, Ponderav, ID • Ponderav C:,reemrays and Pathways \ Taster Plan, Ponderav, ID • \'illa_re of Pinecrest U.S. 1 Mobility Plan, Pineerest, FL • \Tu.ini lica.h Iiicy:Ce Master Plan and Street Design Guide, \ ham i Beach, El. • Ctniver:its -tit`Miami Pedestrian Safety Study • \.1rth'.t'. t C'}t;1ni':nitl' \ l.i;ter Plan, El Paso, TX, Sn,,artCode Application • El Pas,,, TX flan El Paso TX Citywide Bicycle .fit:a. 1 l.undleb.ir Survey • Brighton Boulevard, l)';:nyer, CO, Conte\r-Seniit:1'l' S`reer Deii; n Plan and 1 ec it:lira. Assistance • \Tissi.,r. L'.i".e1 \I.lster Plan. El Paso, TX. `:n irtCnd; Ap1'1i..tti=1n • El Paso, TX P;.t:: El Pan ' Con-.1•rehensive Plan, C11.irrette, and NV:kite 60 _.}_' �_},.�•- 3='_. �3"-.;:ac a : ,t.?c:..Y_ _R -_r•v1 �� �,�r-, _-'- - i,F'1'r,'....-- STREET PLANS COLLABORATIVE FIRM PROFILE Founded in Miami Each in 2J09, S:ree: Plans is an award -winning urban planning. design, and re.search. advocacy firm wit:' offices in Y:''ti City. and San l rancisco. Our firm Is known for ad cing n prac. Yns to test and Ir n,-ci,c,cots for a rang? C` p-,bl;c. private. and ^'_ it' ants. Through the p_.ol _ ar of four c: _= g_. des. and one full-len;_n book N.i _ by Island Press. we have become the stewards of t'be I':_r = al Tactical Urbanism movement. Our research and advocacy work has also given shape to topics includHg openstreets. public niarketdesign, and public space stewardship. Our core services are divided into three categories: Planning + Design Active Transportation • Comprehensive. Bicycle + Pedestrian Master Plans • Bicycle Parking Plans (Including New York City Bicycle Access Plans) • Greenway, Path, and Trail Plans • Bicycle and Pedestrian Network Audits • SmartCode Bicycle Module Calibration Transportation Planning • Comprehensive Plan Transportation Elements • Street Design Standards • Street Network Planning + Design Urban Design + Land Use Planning • Zoning Codes and Master Plans • Transit -Oriented Development • Neighborhood,'Corridor/Cornmunit»'Regional Master Plans • Comprehensive Plan Amendments + Land Use Policies • Land Use + Zoning Code Analysis • Form -Based Codes Architectural Design • Full Architectural Services • Building Design • Building Type Development • Development Standards • Architectural Standards Tactical Urbanism • Lectures I Workshops Trainings • Research + Best Practice Development • Demonstration Projects (one day to one week) • Pilot Projects (one month to one year) • Interim Design Projects (one year to five years) • Policy Development • Strategy + Advising • Metrics + Evaluation Public Involvement • Muting + Workshop Facilitation • Demonstration Projects • Project Branding and Communications • Project + Program Websites • Web -Based Community Planning + Engagement Tools • Event Planning Marketing I Public Relations = ), '`lrr -_ _ar 7s.:a.c..? and Lrca-' 6" Request for Qualifications Qualifications of Proposed Urban Designer Instructions (Please utilize the attached additional page. as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Urban Designer, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFP-UD-R must be completed for each RFQ-UD Form submitted. RFQ No.:16-17-049 RFQ Title: Urban Design and Landscape Architecture/Engineering Services for Wynwood NW 3rd F ,^:,xd r\rA, 3(1 a Name of Proposer: Local Office Landscape and Urban Desi Name of Proposed Urban Designer: Walter Meyer Name of Project: Miami Grand Central Park Address of Project: Miami, FL r, r, 0, Name of Project Owner: Omni / Park West Redevelopment Associatioi Project Owner Contact Name: Mark Lesniak, Project Manager Project Owner Contact Telephone No.: 786-202.0530 Project Owner Contact E-mail address: marklesniak@gmail.com h A pop-up park. the largest in the US, conceived as a catalyst for "' Brief Scope of Project (additional space provided): p p p g y revitalization of a blighted Miami neighborhood and designed for maximum flexibility_ farmer's markets, concerts, etc., and passive recreation. Value of Design Fees (if applicable): Awarded: 'PRO BONO Actual: PRO BONO N/A .r Basis for Difference in Value: N/A L; Value of Construction (if applicable): Awarded: Actual: N/A ❑ Basis for Difference in Value: m Project Completion (no. of calendar days): Projected: 180 Actual: 180 N/A ❑ Type of Project: 0 Design -Bid -Build E] Design/Build ❑ CM@Risk a Other (specify): Public Parks, Resiliency c, LEED or Green Globe Certified Project: E] Yes ® No If yes. level of Certification: `.-: Was work performed as an ipioyee of the Proposer? �] Yes El No t3y: \ s 7/30/17 ----�� r � ` ,S, Signature of Al)thorized Officer Date JENNIFER BOLSTAD PRINICPAL Li r[ Printed Name Title ftIO 41f) r•J LO Request for Qualifications Qualifications of Proposed Urban Designer Please utilize the space below. as necessary. LOCALOFFJCE P.I.F.i is rhv r ,nE',- •. ik t••••- _ f ..r>_. �i-t'1 • 7_+lr, ...rd -nr _ir .t tt:-,br.rd!p ril . t ru; i • ..n'r s .'. r .i _E: t v.; 'nr IT PPC.E:TPEF RE ,CE ' ! • 74. �'S,. 3'II' 3r•� L:rbar' des 7r, LL_ 63 Request for Qualifications Qualifications of Proposed Urban Designer Ir1Struct0Ons (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Urban Designer, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFP-UD-R must be completed for each RFQ-UD Form submitted. RFQ No:16-17-043 RFQ Title: Urban Design and Landscape Architecture/Engineering Services for Wynwood NW 3rd F Name of Proposer: LOCAL OFFICE LANDSCAPE AND URI Name of Proposed Urban Designer: Walter Meyer Name of Project: Mayaguez Pardue del Litoral Address of Project: Mayaguez, Puerto Rico Name of Project Owner: City of Mayaguez Project Owner Contact Telephone No.: f 8i.220.8633 Project Owner Contact Name: Luis Canlario, Project Architect Project Owner Contact E-mail address: luiscamano@yahoo.com Brief Scope of Project (additional space provided): A miles -long waterfront park providing coastal resiliency. sustain - ability through phytoremediation as well as creating a flexible multi -use park 1 passive recreation space. Value of Design Fees (if applicable): Awarded: 80,Oo0 Basis for Difference in Value: NIA Actual:80.000 N/A ❑ Value of Construction (if applicable): Awarded: Actual: N/A 0 Basis for Difference in Value: Project Completion (no. of calendar days): Projected: 540 Actual: 54° N/A ❑ Type of Project: ® Design -Bid -Build ❑ Design/Build ❑ CMc Risk ❑ Other (specify): LEED or Green Globe Certified Project: ❑ Yes ❑ No If yes, level of Certification: Was work performerlas a rnpioyee of the,Proposer? ❑ Yes ❑ No By -- Signature of Authorized. Officer JENNIFER BOLSTAD Printed Name 7/30/17 Date PRINCIPAL Title 5 z t4 t) III Request for Qualifications Qualifications of Proposed Urban Designer Please utilize the space below. as necessary. LOCALOFFICE - • PAP.QLE DEL MA (AUL EZ. PL: P X: 1 I.::: '11.1 • I:. "I' ,-.; PROJECT E EFEPE`JCE Mi 4- • •••• :31,1 --,- • '24 "41.4-i,WC"4",:taptvgy N •-••••- • • • vt "/ • "-1,..0-.‘• t. 30d LL•:".". Request for Qualifications Qualifications of Proposed Urban Designer Instructions (Please utilize the attached) additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Urban Designer, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFP-UD-R must be completed for each RFQ-UD Form submitted. RFQ No_:16-17-049 RFQ Title: Name of Proposer: LOCAL OFFICE LANDSCAPE AND UR Name of Proposed Urban Designer: Walter Meyer Name of Project: Arverne View Landscape Resiliency improvements Address of Project: Arverne, New York Name of Project Owner: L&M Development Partners Project Owner Contact Telephone No.: (212) 233-0495 Project Owner Contact Name: Joshi Haggarty, Project Manager Project Owner Contact E-mail address: jltaggarty@lmdevpartners.com lmdevpartners.com Brief Scope of Project (additional space provided): Resilient landscape infrastructure improvements for a multi -acre coastal housing campus directly facing the Atlantic ocean will protect residents from storniwater and sea surge risks, while creating mole desirable public spaces. Value of Design Fees (if applicable): Awarded: 159,958.00 Basis for Difference in Value: NIA 159.958.00 Actual: N/A '❑ Value of Construction (if applicable): Awarded: Actual: N/A ❑ Basis for Difference in Value: Project Completion (no. of calendar days): Projected: 180 Actual: 180 (estimated) N/A ❑ Type of Project: D Design -Bid -Build [] Design/Build ❑ CM Risk 0 Other (specify): LEED or Green Globe Certified Project: ❑ Yes ® No If yes, level of Certification: Was work performed as a 'mployee of tile Proposer? ❑ Yes El No F3y: 1�,f Signature of I uthotized Officer JENNIFER BOLSTAD Printed Name 7/30/2017 Date PRINCIPAL Title 0n "t kkFCJ t, Request for Qualifications Qualifications of Proposed Urban Designer Please ufilize the space below. as necessary. LOCALOFFICE ••• . „ • • • . L-1-?-1-1("g•+ z.DriE •:. r. :•;.E.=.7 EN. _ - - 777 • -• • - 1,- r 1...1": 2,•:-.; 6'7 LOCALOFF10E & Li \+ DESIGN V4ALTER NIE`r ER. LEED-AP FOUNDI`iG PR!'`aClP\L. \i-.rlt:r l„un.faf L,, a: I ),fi,e I ailsl,cal'c and L'rhan Design vs ith 1_nnif.r hiit,r.rll in 2t111n, Ih_!r ssiirk irlcluds:s II1; l'aryii r1:C Lit,lral. In AI.11"sit: oft 21111) Cenrrat.1:11er1eanl (: LrT:,_ 1h . +rn!ee; vson r!;: _'I 11;1,11.1 11unnr a'.s.rr.l I11 Puerto Ri:n: it I. r! „tl,h.ror :ra.liarirnt r:ehn,l[,r0•..tt the, .rl: idan entir: irs'. \C r`.r:r s a, r:c,,_nir:,I in \CDC k''. the t ,,a :: 1 : '.recta, f it " [ead, rshii' and inrin..►ti,m in the g eelt c un'>nr. \C .Ilt:r has tau_ht at the Gr.K?tur: School of :hir ('u;urlibia L tti.:,it',. t :: Pritt Institut....tnd Parsons'Ih.• `:.i'Schn,il trim- [)_,ii n..1:)'*t:r I cane S u•.' Cris• tiro raT' ',. sttrt: l l' iss 1ckins r. s ILesillencc.' a non-prntit tLJ .i;:,l to tundraisin, and s[el,'..r;',lt ,n! 1 ariffs th, c1:.rst.11 R ck.rs ': peninsula in t`u:ens. \1'. C:urr:nrl',. Local (11-1-ice is ad•.i,in, zit): N'ationa! !' 1 k; S,ar!: (irs. Deparrrn;nt r,t Parks and Recreation. and the Army Corp, of Engineer, on coastal resiliency in Nest 'I, irk.. education Master iii k.ands, .IF, - !.,L :,t.u': and Urban Desi n. 2111r; H.tr. Ird L'nisersit- t,: ].!.I i; s.-h,,, l (I [)c,i i. Cambri.l e. \I.\ Bachelor sat L..c dss.rre t.__I: 1;.turr. 1'3uti Cofle�e,, 1' -_ a : .-.. ,it Florida. (;.rinessElle. Ft experience and selected proiects '_,:. ! .., 'rese:7r. , .. ti_., 1 u1 . ._ _.... .,. ,Il n'. r` °.i„ .,,'`,m lcf. 1:111' [1e,:, .. N'ess York \'a. Visiting ,tea P:- ,., rr.2;113 r. i-i- I:, i!;.a..• .1,1a tea. \`, 1 Pl;:rtiu i..ls,f P: ::t. Pratt institute. Brooklyn. \1' Ad- ,a:t .1.-i,cir. f ':...,r. '+s: ; 21,1 a. {I,rtrl,;a (... _., i _:.! , 1, - . k , „I ,,:.I..f:.t:.r_t; _ [ .t.r:,.,r_ .r:1.1 I'rc•:r. ic,r.r P„,rl.! : -: !'. • 21111i, to present .1r 'chart DGs1, . lir nil:I::1. \', \Lr.Is e \f !. Coral Gables. FL,rd.a West 1 illa,: 1 and I and,,.r; e \Lists Plan. \e's'iirk. Ne's lurk Fair Urban I1_,ir•1 Ind Iar:a.rrierrr: Pl.ut.,h=erne. Ness York Miami Grand Central Park. \Lanni. El,'rida Diir.il P.irk Pasilinn. Dor'.nl. Florida Urban Desit:ier. j.tnu.rrs-_.01i/4 to Iils 1109 (.LMIL er, RJlserr„'ii and Partners.. Nn.s York. NV Tuxedo [ark \Lister flan and F,;olii ical Plan. Tuxedo. \l Tit. l.land• (:1111, l:es,,rt NI.a,ter Phil .a::d Es,,log:c•i1 ran, VesI Indies Harvard Allston Campus \I.a.ster Plan, (..Irnlsridge. Niel Miami \lu,eurn Paris. \1santi. FL. f and.se.ipe I) 'n. i:r. isx.+,r 1'1`1 r,V.l.t'-:'-r.r 21;1t1 1C-tllace Robert. Todd. \i..rmi. FI. alines Sire.[ Urban De,i•in Guitk•lines. T.i! .user, FL Georgia T:I:h Campo, .\faster ran. Atlanta, (1.1 Florida K.l•s Carrying Capacity Study. FL. Street -scare and Beachiiont Boulevard. Ocean City. MD selected lectures, publications and awards "R_s!IEencs' for rh; (sir'. and the Sea." Trpos: International Res iess of 1.utdscape .\relrire.rtrre and Urban Design 5 . 2111 -t Solar Consultant. lour s.isrc ,'t rune.' br C7l.ttur Fli,rssinn_ \Lo\L4'PS 1 F.xpa, 1. \I.v.' 21113 " C_ornimin;r. and C 1'.ast:id R.siiiertc'::' \lo\L\ CJ I %AC' Dome 2. \Lis' 2I113 NS:lite House Hurri'-ine sands Champion it C'h,iii Ass.trd.:lpril 21113 C r:atin� R.sili;nr ;SD i 3+2 4\l,rL4i p. 1l.irs.ird C;radcr.rte School of Design. Februars 20; 3 21)11):I1.4 Puerto Rico H„ n11r.1s.ard. Par,lue del I Mira'. \Li+al uer.. PR 21111) Genie\ .1',i.rrd tier i r:rstru,ture, P.irslue del Lir r.tl. \Cant trei. PR .11:11 1\.i,h:n l.,tt 1)(- is„ngr:,si„n.tl eader,hip and Inrn,i.ttinn in the Green E:anon:' "Sust.iin,rhll:r. and F_.,I„ r :.t:r,f dun.'. bets]; in turtles. and .t :,..t•ral ,ornniunrn Columbia L"niier,ir. (;' 1['P .1 r;l. 2I1410 'Iit)ti \Y.1:s1.1 \fer:r l,s ir,l. Garden betsseen l irs and Sea..lrserne. \1 \lever. \Cults. "tiul,rra.trrr.11 'I'ri'.u1 '111 . (1m hrdee: Harvard. 21111 ; \1.'.er. 1\ rlltir. 'PL1:r:l.n 11 1'6 id.,c L r! eta R;.l,iel >I'In:ar H„noi iI, E 1.1s.ui C'.allth,I,1?. Har•;.trd 21111 63 Jr- 1i d _3,'i)i:7ce r Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please: utilize the attached additional page. as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Environmental Specialist, as defined in the RFQ, for the stated projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be completed for each Fornl RFQ-ES that is provided. RFQ No.: 16- 17-049 Nance of Proposer: Ilex m¢ilo Ajamil & Partners, Inc- RFQ Titl WYNWOOD NW 3RD AVENUE WOONERF Nanac of Project: Miami Beach Tree inventory Address of Project: City-wide Name of Project Owner: Miami F. ash Name of Proposed Environmental Specialist:F Stiwnrei, 1nr1"llfiriated Project Owner Contact Name:Marls Williams (former), Margarita Wells (curren Project Owner Contact Telephone No.: 954-828-57"5 1305) 6:.3-7()8t Project Owner Contact E-mail address: fllawitstaut$@f )rtlauderuale-gov "la"; Brief Scope of Project (additional space provided): City-wide tree inventory of ;tees avid tick city ROW, parks and roadways. We also have also provided environmental services to the city can SPCC pldns, sea level rise studies, yroundwater Elevation monitoring and mapping. LC, 1) Tj T Value of Design Fees (if applicable): Awarded: Actual: N/A 711 Basis for Difference in Value: Value of Construction (if applicable): Awarded: Actual: N/A Ei Basis for Difference in Value: Project Completion (no. of calendar drays): Projected: Type of Project: j] Design -Bid -Build El Design/build Q CMLryRisk El Other (specify): natural resources mapping LEED or Green Globe Certified Project: Yes I No If yes, level of Certification: Was work performed as an employee of the Proposer? D Y,Is D No By: July 21, 2017 Signature of Authorized Officer Justin Freedman Printed Name Date Associate, Senior Scientist Tille Actual: _ _ N/A D +err) r s Request for Qualifications Qualifications of Proposed Environmental Specialist Please utilize the space below, as necessary. Sciences City of Miami Beach Tree Inventories Client City of Miami Beach Contact Brenda Carbonell. Analyst Environment & Sustarnab City Department 17DC Convention Center Drive. Miami Beach, FL 3.3139 Tel. 305-673-7CCC. Ext. 6721 I Fa: 736-394-539,-1 Crer 1a0arCone"r w.,,ar.,iteacn:r. r, Project Dates 11 2013 — Orgcirg County Miami -Dade Miami Beach Project Staff Justin Freedman Briar Voeiker, Jennifer Savarc Nadia Locke Description Stree: _ Irs,en:cy E Sciences has e 'as._. cr s` eet tree rr'Jer _ fcr tI' Beech- Tc gate o'e tI-_ 3C trees h,a;e inventor E v _ _ E. r 77..:7; process of cendLo:,,w the lira, << Tre war% is cord;.. _ s..:-~:. ac:urat g'coai position provided the Crt•, r, E 3 ... _C shape file. The , each tree fcr its ,er-e'3i (:::r'drtion and providing r�, s fcr ''ance Greenspace Carc.,v } ,,esirnent: Using i- T-ee Carcpy ar.d e E Sciences assessed the extent of the Crtyrs urban forest canopy and the ecological services :',vided by the trees E Sciences estimated h e -a :;c. c; e-sr ? fcr the City's entire urban forest. its parks and its rights of way using i-Tree Canopy It also _• age of available space remaining within the City fcr additional tree planting E Sciences a _r to estimate the carbon sequestration and storage. as well as pollutant removal being 7rs,,ded by the trees E Sciences developed a brochure for public education documenting the information from the study_ �.. ter. Era -Am ...� ,.mom ,84.14 ,..�.�. ..0 4r Melt Ir,re •ir r.a RP „w xw k: • 70 - "�r -� jr' Jr,' >_725 1' r Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please tailize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposers Proposal served as the Environmental Specialist, as defined in the RFQ, for the slated projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be completed for each Form RFQ-ES that is provided. RFQ No.:1G-17-049 RFQ Title: WYNWOOD NW 3RD AVENUE WOONERF Name of Proposer: 11Prmetlo Ajamil & Partners. inc. Name of Proposed Environmental Specialist:F 5r ieiu-es, InroipnuatPcl Name of Project: Mount Dora Tree Inventory and Urban Forestry Consulting Address of Project: City-wide Name of Project Owner: Mount Dnra Project Owner Contact Telephone No.: 352-735-7155 Project Owner Contact Name: Jelin Peters Project Owner Contact E-mail address: PetersVci-mount-dora.fl.us Brief Scope of Project (additional space provided): City-wide Uee inventory and urban forestry consulting Value of Design Fees (if applicable): Awarded: Actual: N/A Basis for Difference in Value: Value of Construction (if applicable) Awarded: Basis for Difference in Value: Project Completion (no. of calendar days): Projected: t""r rnunti" Actual: N/A Actual: rvut niuiitits N/A [] Type of Project: Q Design -Bid -Build ElDesign/Guild 0 CMiLIRi:,k D Other (specify): natural resource mapping and urban forestryconsulttncJ LEED or Green Globe Certified Project: El Yes ID No If yes, level of Certification: Was work performed as an employee of the Proposer? ® Yers, Nn By: July 21, 2017 Signature of Authorized Officer Justin } reedy an Printed Name Date? Associate/Senior Sc:ierity,1. Title RFC] r'. Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please utilize the attached additional page. as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Environmental Specialist, as defined in the RFQ, for the stated projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Fora} for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be completed for each Form RFQ-ES that is provided. RFQ No..16-1 !-U49 RFQ Title: wYNwcaOla NW 310 AVLNUE wOUNEkt• Name of Proposer: tternr�_tl+� )aararl Tx Penner, Inc. Name of Proposed Environmental Specialist:1" 5ciences, Inc crrl)t�ralt el Name of Project: 511tlivan Park Improvements — Address of Project: Riverview Rd, Deerfield Beach, FL 33,141 Name of Project Owner: Dw"rfrelcl f;edrh Project Owner Contact Name: Krr5 Mort' Project Owner Contact Telephone No.: 954Aa0 4317 Project Owner Contact E-mail address: KMory Ueeifield-beadLLuln Brief Scope of Project (additional space provided): Redevelop city park, including day docks and kayak dock Value of Design Fees (if applicable): Awarded: Basis for Difference in Value: Actual: N/A Value of Construction (if applicable): Awarded: Actual: N/A ❑ ai _ a _r Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: July 2013 - Sepierntrei 2015 N/A Type of Project: L] Design -Bid -Build ❑ Design/Build [] CMrti}Risk ❑ Other (specify): LEED or Green Globe Certified Project: [] Yes El No If yes, level trlC;F,ir;ricafion: Was work perforated as an employee of the Proposer? ❑ Yes 0 No i3y: July 21, 2017 n Signature of Authorized Officer Date a Justin F reedman Associate/senior Scientist Title Printed Name Rr() ES N Signatdre cf Project Owner's Representative. Title: Urban Forester (previous position; (fitt' of fi+liami Daniel J Aifcrs,) CA,/ %lard;i2r To Nhert it May Concern: SLlbiact Reference Letter for Environmental Specialist (ES) as defined ir. RFC) No. 10-17- a1.t OkiltIOSeclic06$ Nacre of Proposer. B.rmelo Alarm' 3 Partners, lrrc Name of Frocosed ES E Sciences Incorporated The atone references! Proposer Is responding to a Request for Qualifications (RFC)) that has been issued try the City of MOM' "!"r2 requira that the Proposer provide wrtten references for their proposed Environmental Specialist The Proposer is reques:;r•.g that you, as the Canner of the referenced project. pro•rde the following infrrrat:cr as We as any other petnent infcrmat;cn. Your ins;ghl is appreciated_ Nameof Project: C'ty of M drni Beach Tree Inventory SSr'oco of 'dirk for Referenced Project. Street and RCW tree inventory Value of Project: $292-916 VakLe of Constructior: 3N'' Type of Project: D O s g^-air;-�.,t!d 0 C1VifRisk. 0 Design-Ct.,ld ❑ Other (resod. ce as,essn;ent Corstr•.ictTan cor-•pleter', :Dr time ard Nithin budget: 0 Yes ❑ No h'ztw !r,n g did the proposed ES secre In this caracit, on this project? Far the ert,re protect our_it.:;r. Quality cf v'i;,r. Atov, Expectations 0 Average 0 Below Expectations Err;rsa^C Cr:-tiss:cns- 0 Aoove Expectations 0 Average ❑ Below Expectat:crs tk:ove lxpect•sio's ncica1. s `Mars Orror, and OniISSicrrS lean anticipated by Prolec:t ) Did Errors and Omissions ,result it Increased construction cost? Was the ES respr:nsry ? VV3s the ES timely with re•,iews and submittals? Cid the ES effectively resolve issues in a timely manner? ❑ Yes E No O Yes 0 No CI Yes ❑ No O Yes 0 No Pease type in the field teiow to provide comments (P!ease use ;he atlar_ter1 ac;eklionat pase. as necessary) E Sciences cor'ple'ed :he proles' en sire and an budget. n a final product was profes•,ien.dly presented and accomptt ied all of the goa;s set out for the prefect- Toe star work and turn around time was outstanding, and I would definitely use E •Sciences again for similar treys inventory related work. Nacre of Project Owner CA/ of Miami (leach Name of Project Owner's Representative: Mark Nilfiams N r Telephone, 954 821 S735 E-mail: mawdtlams fgrt!auderdategov Date: 7/21/2017 Sincerely, Annie Perez- CPPO Director Procurement Department PFt;•ES-R Rmrsed 3r151-4O'15 .? _3+r.: lc a'-1 .Jr;.7r' D.', '3 Cit. of +liconi RR 411,11 4 p ToMom It May Cancers: SLLbject: Reference Lester for Environmental Specialist (ES), as defined in RFQ No. 13-17- 049 Canie! J. Alfonso City Manager Name of Proposer: Berme()Ajamd & Partners. Inc. Name of Proposed ES: E Sciences Incorporated The a 'c"/e re coerced Proposer is s c dingg to a R_q e_st for Qualif,cat ors (RFQ) that has teen issued by the Cit./ of M a-Yi. We requ're. teat the Proposer prov de wr'tten references for their proposed Environmental Special,st. The Proposer is requesting that you, as the Owner of the rerererceu prc,ect provide the f ;1cw'r..g irfor-^at;cn a3 weal as any other pertinent information. Ycc rs'.ght is appre:ia'ec Name of Project: MIoLnt 00r3 Tree Inventory Scope of vi i ,rC for peeren4e'w Prrj :t. C t'y-wide GIPS tree irver't:r/ and urban forestry consulting Value of Prc'ect: $72.46C Value cf Cor:strt:c^cn: Sva Tyre cf Pr Gj Cesth-'.d-C_i.id ❑ CME:Ris< (0 Design-BJi'd } Ot"er erba, fcres`y crs..i rg Ccnstnjcsic^ con -doted cn time and w train budget: Q Yes 0 N3 Hew cn^, die t e prcresec ES sere in this capacity cn this project? Six months Quality of Yii-orc ❑ A eve Expectations © Average ❑ Eecw Expectation; Error; and Or•iss'cns. Atc',e Expectations d Average ❑ Below Expectations (,Aco're expec.tatcrs ird'cates'ewer errors a -d :rr ssicrs than anticipated by Prciect Cwner.) Did Errors and Omissions rssJlt in increased construction cost? Was the ES responsive? Was the ES timely with reviews and subr'ittals? Did the ES effectively resclve issues in a timely manner? ❑ Yes No 0 Yes CI No 0 Yes ❑ No 0 Yes 0 No Please type in the field below tc provide comments (Please use the attac.`.ed acd;:...r.a! page, as necesaary). Mount Dora is a unique Corr.mcr,t'/ with ex~eme Public engagement in the ,field. E-5ciences did an ono. a.uibe job with the Public in their interactions. Res,.ilting in significantly less inqulr!es into our offce. Name of Project Owner: City of Mount Dora Name of Project Owner's Recre.sentalive: John A. Peters, PII PE Signature of Project Owner's Representative: Title. Public Works & Utilities Director Telephone: 386-490-2 5 2 2 Date: July 21, 2017 Sircerely, Annie Perez, CPPO Director Procurement Department E-mail eters cityoTFrsourtdora.com RFO-ES-R Rev+sed 8/1512C16 COOS of 'Uanti J Aif.rs Cit./ h13rager To Whcrr It May Concern; Sub:a:::: Deference Letter for Environmental Specialist (ES), as defined ir RPQ No. 13.17. C49 Na--e cf FroLcsar r Bermelfc A,am I & Partners inc. Name a` Proposed ES: E Sciences lncerpera:ed The adove r'`_ 'rice,d Fr cs;cse:r is r' ccr 'rg to a Ra;Jest for QLaI fioat:o' s (RFC)) that has tee-) issued by the City cf M:ami. \P e regJire that the Proposer provide writer references for the'r proposed Environmental Sce:taiist. he :r:'Gs? ` .s . ,•;e5: that %';L, as tt'e Owner of the ref1.-e proje:t, provide the fct'dwirg irf;;rrraticn as weC as any other perrrent infcrra"or* Yii. r insights appreciated. Narre -, ^ a:1, SL19;v3n P3ric ,mprovernent Project Seoce of Work for Refe.re^rar. Project: envrronrnental design Va"Le cf Project: $ Value cf Construction: $S3, C,CCC y foe of Fro;ec, 0 Ces rg7-Eid-5.'°d 0 CM.-R.sk 0 Design-B.:itd ❑ Ober ( Ccns'.^jct;cn cr,, !;-'-e and within budget: Q Yes 0 Nc How or did , 'e pr:pa:sed ES serve in this capacity on this project? 3 Years O':ar t% Q Aco`ie Expectat cry ❑ Ave -age 0 Below Ex;ectat ons Errors and Orii33;Cns, u A.`'.cve Ex ecta`.ons 0 Aie°3;a 0 Below Exp eta' cns (?Ocva expec:atcrs ;.rLi.1-3:es .'ewer errors ors cmssiars than arncipated ay Prc,ect Owner ) Did E--ors and Crli33 r^3 resat it increased construction cost? Was the ES resporsive? Was the ES timely w,th rev'ews and si.tmittais? Dtd the ES effectively resolve iss,;e3 ir a timely manner? 0 Yes 0 Nc Yes 0 No Yes ❑ No Yes 0 No P:ease ty ce in the field below to prov'de cCmrhents (P'ease use the sttacted addticnal page, as necessarf!. Name of project Owrer: Cty of oeerfied Seach Nerve of Project Owner's Representative: Kris Rory S:grature of Project Owner's Representative. Tice: Diretor of Economic Development Telephone: 954-480-4317 Date 7,21 2417 Sincerely, Annie Perez, CPPO di -ector Prccurerrent department E-mail: kmory4deer eldveach.ccm RFO•E3•R Revsea 3fl5+21+6 ) 3:: _.P' :Y , -,ire and L_: 75 Sciences Justin Freedman, MS "lor Scientist h,tr. Freedman is an experienced environmental professional serving public and private clients throughout the State of Florida. He specializes in environmental review of transportation related projects through all phases of the project (planning. design, permitting. construction and post -construction monitoring). Mr. Freedman has Education conducted NPDES and permit compliance inspections of FDOT assets, and mitigation and maintenance monitoring for dozens of FDOT constructed sites. M.S., Nova Southeastern University. 2010 He has assisted with the permitting cf numerous FOOT projects and has B.A.. Biology Tufts University 1997 written more than 100 NEPA memos for minor transportation projects and Professional Li,enses 1 Certifications technical documents for PD&E Studies and Reevaluations. Mr. Freedman is Certified Arborist, FL 5-133A also an advanced diver with extensive experience conducting benthic resource Tree Risk Assessment Qualification (ISA) surveys. Mr. Freedman also specializes in municipal consulting and has provided plan review, landscape inspection, envi:-n' a' assessments. expert witness, permittir., cry' nonce developmer. s _ _ _ , v''ory. canopy assessments. carbon segi;~3: : on an i'ysis and pe:n'1i::.ng services to !municipalities throughout s:_,': Fi_dd. w '-,._ ::rductrd numerous studies related to climate char_ e a se_ at 1vss In'rcl'ied with the preparation of the Brcward Ccu";r mu`3, Change Acton Plan. Project Experial.:a, City of Mount Dora Tree Inventory. Lake County, Florida — E Sciences conducted a street. park and runt- »_-;1 t; it rn`_ry for the City of Mount Dora. The City was most interesteu 7.Sk 'while preserving the city's historic downtown tree canopy. Mr. e '. - was the project manager for this project. FDEP Certified Erosion and Sediment Control Inspector and Instructor Certified Manatee Observer PADI Advanced Open Water. Enriched Air Certified Diver Certified Landscape Inspector Certified Green Industries Best (Management Practices Instructor Certified :n Advanced h,taintanance of Traffic Years of Experience 15 City of Miami Beach Street Tree Inventory, hlia,mi-Dade County. Florida — Mr. Freedman managed six phases of street tree inventory health assessment for the C ; =r ',';ar-.L Beach: to date more than 30.000 trees to date. The assessments include health and structure evaluations, id= Y-:. n of utility conflicts, pruning recommendations, and general risk evaluations. The resulting GPS data will be used to generate a GIS tree database which the City can then use as a tool for managing urban forest resources in this particular community. The results of this analysis may then be used to develop the framework for a City-wide GIS tree database. Mr. Voelker performed the entire GPS inventory and created the resulting GIS tree database. Sullivan Park Improvements Permitting, City of Deerfield Beach, Florida — The City of Deerfield Beach CRA received grant funding to improve its Sullivan Park property located on the Intracoastal Waterway. Improvements include upland features (i.e. new bathroorn facilities, a splash park. landscaping etc.) and in -water infrastructure including a marginal dock for kayaking and paddle boarding and finger piers for boats. E Sciences was engaged by the project design firm Bermejo Ajamil to provide permitting support. E Sciences' services include conducting a benthic resource survey. coordinating with the permitting agencies and preparing permit applications Mr. Freedman serves as project manager for this project. City of Miami Beach Groundwater Elevations Monitoring and Mapping Project (Sea Level Rise Study), City of Miami Beach, Miami -Dade County. Florida --The purpose of the study was to evaluate tow Eying areas vulnerable to SLR within Miami Beach based on the assumption that the groundwater levels under the City are tidally influenced and therefore flooding may also be influenced or exacerbated by tidal fluctuations. To accomplish this. the E Sciences Team monitored groundwater elevations and other data over a period of seven months. The elevation data collected was used in conjunction with Light Detection and Ranging (LIDAR) topography and tidal data to model vulnerability and provide guidance regarding potential stormwater priorities for the City. Mr. Freedman analyzed the data and prepared the report for the City. Mr. Freedman presented the findings of this study at the 2013 Annual South Florida Association of Environmental Processionals Symposium. 1' _ Is j' i'' _i'"�.:_ 3C.,j :Jr_;.�r.�:-�.��.� C., ,"' _ _r �. j.�r. ._.., _ 'i; .. _ 4‘r ;. n� +� (rttu [1I 4ittilil: POST 11JiS L'.iY:UMENT tr. A !:CINSF'4CJOLS PJ.c Psl t TRANsJ. J ..ABLE or 'IhLID Al ANQrFtr- Af1[IP} t tv�Es9 AFli' uvi-A) try I -It MANGE 1:EPAR'MEPT, cr* ry tdk0611 4J4 SW2 AY5 g.l. cLOOP :wi.kkE ec 3:1130 ekt:Na 13105016'1" Effective Year Oct. 1 2016 Thru Sop. 30 2017 RECEIPT FOR E SCIENCES INC IS 'JED Oct 27,2016 TC T.AL PEE PAC' 115 Ora ACCOUNT N LIMet R RECEIPT NUMBER NAME ME 017 Bl `aiNLSS DeA Lc;,ATCIN 81674 41320 E SCIENCES INC E SCIENCES INC 111 NE 1 5T 905 IS HE.RE4Y IN COMPLIANCE TO €NGA.1E IN OR M„NA:aa THE OPERATION OF, CONSULTANT: BUSINESS OR PROF. Jose M Fernand z Finance Director THIS IS NOT A BILL DC) NOT PAY TA. 4.;e:.r 1.1 . Ca.:* ww. nw:s9 x++ putpIA Ova Ei $-I r '.teMa ..11 tW 1;rf� +•�f h.r. �: rs,. 14,4 N ixiG• Ong-. JW 1. ip.: 06;1 =4. 41..r a-r.1iGu& E '.trail .3�n trJrrfr • Mrcpfue #. 9M 1.1.6[1:M.4 /1".imm r'f5'1 ac,,I,ALLA wnr(:,rdr�, rwjr. r54 Tfir .r..w.:rd fnlr:.M= rM.it MS „ar-..Trm IAA 1#4.0 Mitt 2017 Statef Florida. Board of Professional Engineers :Attests that E Sciences;rIncorlorated • FBPF ii authorized under the provisiona,of Section 4-71.e 3, VTh ids Statutes, to offer engineering services to the public through a Professional EugiitYcr, dntir ticttle,ed under Chapter 471, Florida Statutes. Expiration: 2/2'3 2014 CA I ic. No: Audit No: 228201902643 R 'r 46�? 1 1 2r ---}:-.-3=C 3Cn 3r'i'JrL "EJ-2-. — STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION EOARD OF PROFESSIONAL GEOLOGISTS 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 E S•3EN3ES INCORPORATED 34 EAST PINE STREET ORL ANDO FL 32331 Congratulations Wth this lioerse you be=_!•• = r the nearly -.Iron F?cr:dars icer.sed b r '``e f-.er s r-s s arid - r• ,v737 we. do _ .,,ress ...i' Jr scout our s_'_!'rag - Arrr.v.:r;'.ar'c ,._-sa.com There ,-..::aft 1 ,:_ scr;and b'ereji:I,s•i.nnatat ir^r=.., 73rtrrert newsletters and can more ac ' iroatives r mrsaidn at the Cecartment is. License Efficiently Regulate 'r'Je constantly s:nvac to serve yrr, be''.er so !net you can :.,store-s Trark you fcr doing bL.s•res3 In Flcrida a n your new license' RICK SCOTT. GGVSP.NOR GE413 (35Th 437-1395 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ISSUED' 06/08r20166 GEOLOGY EUSINESS E SCIENCES. INCORPORATED I cEsrFIED r;- t'!: P •], ors De Cn 43- F3 E,e.1-2t c";ala ,4_' • i t'i_6.'.:::....,g CETA.CH HERE KEN LA',',S-2N SECPE ?Y STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS Ga4l!j Tne GEOLOGY BUSINESS Named bow IS CERTIFIED L' _ - the p ov s crs of Chapter 4,2 FS E;r ira:,or date JUL 31. 2013 E SCIENCES INCORPORATED 34 EAST PINE STREET ORLANDO FL 32901 lE3LE: G5.0132015 DISPLAY AS REOU!RED BY LA','i lack j,,7441 rTFt-1,!% SEC L15C$C8CCC1'39 73 r t]-',-�= �'"71'f'+.'� j' 3+'1 L. ice of=!'!t ....r..+ra Eng.reerng 3ro :al eiii: te-?etr.r^rrq,erdcrSei`-'3er'pcePgrtal Miami -Dade County Internal Services Department Statement of Technical Certification Categories Firm: E SCIENCES INCORPORATED 111 NE 1 Street, 906, Miami, FL 33132 Code Category Description Approval Date Expiration Date 10.01 - STORMWATER DRAINAGE ENGINE✓= 06/07/2017 06," 3Y2019 10.02 EN`IIF;J','.'_' --- _ . - _==:`;G - GEOLOGY SERVICES 06/07/2017 06/30/2019 10.03 EN',;!= 173 - OLOGY SERVICES 06/07/2017 06/30/2019 E`iV!7DNMENTAL ENG' i 3 - CONTAMINATION 10.05 C6/07/2017 06/30/2019 A..DDc>.AIENTAND Mo _ 1 J" a . _ ,•.'E',` _ _ . = ` ; _ ", - REMEDIAL ACTION PLAN C6 {t7/2017 06;'30,'2019 =`, . =..DN ,_`,-. - E`? - 'r=== • ','. _ r_FIELD, GR.CUND1rV.1TER 10.09 C6/07/2017 06/30/2019. SUR:1-.ALE 16.00 GENERAL OV!L E`.'G ';_= 7 06/30/2019 17.0E ENGINEERING CONSTRUCTION MANAGEiME' 0 06/07/2017 06/30/2019 Approved By Technica! Certification Committee Miami -Dade County M:rS 'NVA/ T a^ pare jel, '.ecccr ec.,r„a r".Ir Cats yr `vP-trtCerf'' ate -'9 2r 7 A:court ,ner•ixer 91.511,55 5190 Sall, P!...01C31111....re3s iocAttor El.siress Acoross EAthipt cmsca . • -Mr= .Y1 2C".3 ::7T • WHIM; 3624ESS Pe, • 11: a SO =,=D urr_: C.:,,s,A1- i.= r:t`IIRC.UL4r.'2 S,11, J'd • .:1 4'1 31.-1 Request for Qualifications Qualifications of Proposed Certified Ai borist InstructiOnS !Please utilize the aita4hed add+IIonal page as ne essary i Proposer shall urovtde the following information for at least three (31 completed projects where the individual identified in the Proposers Proposal served as the Certified Arborist, as defined in the RFC). for the stated projects phases Each project submitted should be of equal or greater scope sze, and complexity Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive Reference Form RFQ-CA-R must be completed for each Form RFQ-CA submitted RFQ No 16 17 Q44 RFQ Title Wy,}wc7,.Id 31(1 Atenue WoOnerf Name of Proposer: Lot al (If f Lanc1,4.3P and 1.41-bill nr s 1 Name of Proposed Certified Arborist: L'sa H. Harnn,er Name of Project: "' kan r-ir&entre Address of Pro ect: tti 1. elf Area O wntuwn Mlari Name of Project Owner: Sw"Ptupert,es Project Owner Contact Name: Jeffrey Benson Project Owner Contact Telephone No.: 3()5 371 4Fr77 Project Owner Contact E-mail address; ibenson@swireprops.corn Brief Scope of Project (additional space provided): Evaluation of Exrsirnct Conditions and Oversight of Large Tree Relocation Value of Design Fees (if applicable): Awarded: h'r' Actual: t1/A NIA 0 Basis for Difference in Value: NIA Value of Construction of applicable) Basis for Difference in Value: N:A 7711(1 Awarded; " Actual: N A N/A ❑ Project Completion (no of calendar days) Projected: 6Yt'4rs turat 1 year for if Pt' ilr'))P t Actual: s"'rn N/A E] Type of Project: ❑ Design Bird Build ❑ Designlf3uiki ❑ CMiptirsk ❑ Other (specify) Consultant LEED or Green Globe Certified Project: ❑ Yes ❑ No If yes. level of Certification Unknown Was work performed as an employee of the Proposer? ❑ Yes ❑ No By; bigrtature of Authorized Officer Punted Name 7 Date Title FrretA n; Cap of Siltaint ,, 'Cyr; a. To Whom It May Concern. S�.d'ect: Reference Letter for Certified Arborfst {CA) as d?Sred in RFQ No. 15-17-043. "game of Proposer . . itiliketivined Name of Proposed CA L.sa Hammer The aCCve re ererced F'cccser;s resccrdirg to a Request for Cualifc3;icrs CRFQ) tat has beer ;slued by tt:e tinny of Ltiarri. Ysr'e require ttat the Proposer provide writer references for their proposed Certified A.'bor'st. T"e Fr :cser is requesting that you as the Owner of the referenced project, provide tie 'cllcwirg `cr--:a' c - a.; Hell as any ether pertir.ert irfornattcr. Your irsight is appreciated. Nar"e of p.a,ely Cr31 Lades Tree S,rczessicr Master Plan and ?mptementation cce af'r`a.3"c for Ref-:r-r-ceci, Frcjc c.. raster P'ar for Street Trees arc' lmnlerre^tarion Progr3rn Adrrrnistr3ticn L s:t.e of Project: $ .53.2t e.3GC T•ee Pterrr.gs Value of Censt .iction: S Tice. c' Cestgr.-Bid-S;ild CM,E!P.,sk ❑ Ces+Sn-Build [fi Olt;er >►r tia f,a! o n5 Ctrs;ricacn ccr,ple'ed on tirre and withrr budget: Yes ❑ No I -ow erg dd the proposed CA sere in this capacity an this project'' Cuaiity of 44ror+c [Q Above Expectations 0 Average 0 Below Expectations Errors arC Cr- ss.cns E rAvcve Ex ecta:icns ❑ Average 0 Eefcw Expectations (rtacve excecx,c*'s reti,ntes ewer er-crs and orrs icrls Tian arl9Gpated try Proms Cwrer.l Cid Errors 3rd Omissions result it :rcreased construction cost? ❑ Yes 0 No Was tt-e Certified Arborlst responsive? [ Yes 0 Nc 'Was tne Certfied Atborst timely with reviews and submittals? Yes ❑ No Crd the Car tifed Arborist eP'ect ivety resolve issues in a timely rnarnerl [ Yes 0 No Please tyre it the field :.etcwr to provide ccmrents tplearse use eve arac.ec acddronat page as necessary) �:5� c e rt-4.a zv+ '� d ^p5 t?,-44 r c< �r n: s'ir S 4 if ?jealZ. Name of Protect Owner CitY of Coral Gables Name of Project Owner's Representative: 9roo4 Cannemdter I Signatt.re of Project Owner's Representative. T de Cirec City 3f Coral Public Works Landscape Services Division elephcne: 305 460 5 t 3C Cate C713C2G17 Sincerely, Arnie Perez, CPPO Director Procurement Department E rrtaiE: bdanr'emreer#coralgables earn RFC -CAA Revised SrsSr2C15 S? '- - j' _3,., „_- ;'r _tL,r, r.r ,^.,>;-I ` ,ir 3r:1 Request for Qualifications Qualifications of Proposed Certified Arborist 1r5'.1-,1C41.311S e.re3.;(". ' z • '▪ -:.. '`; 3' :. 33; ••' re-e-e :re r: et: r ;"-ocose- a P-opcsai 33 Cettfted ArbOr.St 3; 3,".• ' 3' .;':cs.:'a3es E3c' tt3 oe of e3,a1 3r greater ▪ 1=-7' .;3e 3 S `;'.• ,33Cr 3S 3,2 .,"1.3"..,e tre F3,L",:! si.crnit 3 el: -3. -; -:-.te:.• 33 -3.--"7..3.7:-5 cle'ere-Le T,S ecor-p.e,eo C B3:7 F:s— OA, -5„.c-r RFC't Na RFC T:de Name of Proposer: -'7"1-:-."'e"'''r Name of Proposed Certified Arborst: - " Name of Project: 7 AJdress of Protect. - " Name of Protect Cwner Protect Owner Contact Name 2' Thr're Protect Owner Conta:t Telephone : Pr-:jec: Owner Contact E.mail 14" Brief Scope Of P7Opa7.! 3:: ' sca:e - T. . - _ . r c 'LPL: Value � COSigo Fee 4 ace : Awarded '4" Actual. Basis for Cittererce in Value: E Value of Construction f aze:ica:th Awarded: 53.--Xin Actual: 4 NA Basis for Difference in Value: Protect 'Completion 1: 3f erdar days. Protected:Cm GllwN1 Actual: A El Type of Project: (3 -2esgr-B,c-S.id 0 Des.grsBi.sid D Chitya..-P.s, Other (specify' LED or Green Globe Certified Protect: yos 0 'f /es ote 3f Cery-cancn Was work performed as an employee of the Proposer? CI Yes 0 No B.1 7 39'r ture of it,thcrzed Cf`cer Cate ; ;.( Printed Name The :1 1`:3L3':7. IC0 9-C! -rr L_ 83 Q..710) of -film mi .04 CI a TO Whom It May Concern Sublet Re!ererce Leer fir Certified Arborist (CA) as defved r RFQ No. 16-17-049. eaga-T.,FEke-atti. Nar,e - Name e. /JCS-. r t r'd Esikabe *Moab be Obieleted byte Plopcser. 1.h. -: rlg !o a P. for Qualifica'L.:.- tna: nas been issLel t:r !••2r- 7-e•ere.Pc.e.: iherr prccosed Certified A itoris° y a•-; r2r-:1Pct rroryde :re fcr.rrcrArnr:: •11.. Jr Nireet E••.:rjr.---.1 Ittiteftbideener. Gr f A. bor;sri ritrpon Varue cf Ccns!-L.c.t7cn •Y'h C Er.ri,1171 71 Design -Build rn CM•er :c I • 3-!:: r.•'Ar• t.;Ldrel 0 Yes 0 t•rd -14 _ s- CA ir• tars 3'4 !rai. prro!err.::' . Ch.0.1.!„.c Ancve ,21'5 0 v^_qrj.•.? Eelcw E l:V.3710ns Pjl r-Srr,:yi a r-, ace E 4;,-.iectanors - : . 3rd OwnEr Dc.4 resi..1! ir increased constriction cost"' Yes 0 Was the Certified Arborist re.spors ye.? 1ee, D Certified Arbcrist wri re,iews and s,der,ais' 0 Yes D tre Certified Artorist ,•-?."-L. 7.! issues In a t:rrIf n'a^re..? Yes 0 Please Fre J14 Ceir..r.r/ to priV4,:•?. ccrimierits Pee ue 3eia,ity,orai aR,y, l. r•nt...!. Lre.:.-,-.r-;:l•-lt•ti the scor:-.. of Noe, and on St•emarlo hi' f iry .1, tidt "4,!,r ty riarde had at no additional cost Name or y TOW._ Cov 1 lir N 3rre of Prciect Owner s Pinresentative Angela K:Ity 7 Signat-ire Of FrDject Owner s Representative Title vwf, Teleprone 3".5 Date °I' ),2Q17 Sincerely Anne Perez. CPPC Dueinpr ProcLrement Departmerl akellyotedcrniaroi on] 0 84 r.?E, r :3 7.1; '7:r ';`, ‘• ,'• , Request for Qualifications Qualifications of Proposed Certified Arborist iftSfrJefir3rS 'ease 3r.acrec a: • rz•-al• ;acie• as ,e-•:essa•-, Ptzzcse- sra 3! 915-.7134 " : st: 7t'e P-tc 5 2":C:-.5•31 3e--e3 Certified At 35 t'te tt the 5ta!ei E3 y"ire- size cic"-3.er 7.! 3 , •ez rtz—rzr aro s.cmit S • : • "re P;C -"Et !C Sst a :red Form or e3zt r.ro?.3c1-a'y -es e Ptz;-,:srd De" g tejecte3 as icr-res.77-5 - -r 7.e ccrtcre,"e3 'or eactt Fcrtr R=G-C-1 RFO No hr^,i RFC Title Marne of Proposer: Name of Proposed Certified Arborst:- Name of Project: TIC Address of Project: ' Narr.4 of Protect Owner: L. --- Project Owner Contact Te:eollore : Einef Scope of Proloct ' •-• 3 7,2 Cr. Project 'Owner Contact Name Project Owner Contact E-mail address ' V ilue of Cesign Fees • f accficace : Awl -vied A Basis for Difference in Value N Actual_ N Value of Constriction f srit.l”:;*: Awarded: C-° Ac A fl:y•N D Basis for Difference in Vdtue:N 4 Project Completion 'tt za:e'-fita" days- Projected: Jr"-l't..""-'1"'":.' Actual: sa" N, A El Type of Project: QOes,gr--E,' E 2.esigr, &Az 0 Cliolsjs Other sect, 11ED or Green Globe Certified Project: D s(.s 0 NC. If es ee of Cenkalion Was work performed as an employee of the Proposer? 0 Yes D No Signature of -12'OrZed C.,:ff•Cer •- Date Pinter Name T tie 0,/ 8-3 LISA H. HAMMER June 2017 P.O. Box 330203 Miami, FL 33233 (305) 858-4667 I1Sa It lisahammerrca. com RESUME SUMMARY jfr % r'" '• LISA H. HAMMER i.1. !44 em.sils‘ SUMMARY -1 native "Miamian ith more than thirt\-three \ears of professional experience in tropical and subtropical horticulture. Particular expertise in arboriculture. landscape I11aintenance_ integrated pest I11alaeement. plant nutrition. tree J11 I1aement during construction. tree relocation. plant appraisal. and tree risk ana4r,is. ,Adkise propert`, owners and mana_`ers. landscape inLILlstr\ prolesstonals. do elopers. architects. and encineer-s. Pr ide on -sit e consultations. prepare technicaI reports and specifications. pro%ide project o\ersieht. Ierensu.sand expert tostmon\ In Iee_al cases. WORK HISTORY 19'N --prevent Lisa 11 IlJnrt!VL.r. Horticultural Consultant P1'11ate Consulting practice in i.lfld,,:apinZ and arboriculture, ad%isin t propert% owners. managers. and landscape professionals on landn nacement. Speeialties include plant diacnosis and prescription. tree pruning specifications. landscape maintenance specifications. landscape 111i)n1torine pre rams. tree preser%aticn procrams. tree relocation pry .rants, landscape training proeraI11s, tree and landscape appraisals. tree risk assessments-. landscape desiren re%ieu. legal cases in%oI%in,, trees and landscaping. 19' i-19' F_xtension.-L?!nt, (r/'du florticultrrre, Florida Cooperative Extension SL'rtiLe De\ eloped educational pro'arallls in urban horticulture in Dade Coeit\. Targeted audiences were grounds maintenance professionals. retailer,_ and homeowners. Pro ided workshops. seminars. and on -site oaluations. Coordinated and managed 1laster Gardener tiolunteer prod=rain. DC eL red Conllllunit:% gardening pro. rants in inner eit•, neighborhoods. 11 s' 2-1 91'3 Labortrtnrt. TL'cinriL ian, ,S11LrnLl., Teoc10w IiaTitLtl, University of Florida Perforilled lahorator\ duties related to medical research project on effects or pectin on serum cholesterol le\ els. Funded by Florida Citrus Commission. Performed gel electrophoresis. spectrophotometr\. and basic laboratory duties. I I ti'1-19 2 Horticulturist Ke L'per.-iidc. City and County of Honolulu Zoo Installed and maintained plant; in aliar\. Worked inside cages »ith %arious bird species. installinu. prunine. and tertiiir_in_ plants for aesthetics. perching, and shelter for birds. 19 9-19 1 RL-svLlrch .-ls+iNtLtttt. Dt!/'a -tntL nt of Fruit ()ors. I. in/versifyin/versify of Florida Part-time student assistant to agricultural researcher in studies in‘olk ins the effects of ultra%iolet radiation on rood crops. m:iximiration orresin Content in pines_ de%ek pment orabscission compounds for citrus. and etf'Cts of pl,lnl erolltll re_tllalors on peach bloom. Duties included bale Iaborator\ tulnctions includine the usage or a spectrophotometer and Las lllrilmatoeraph. .IIso maintained e\periI1 ental plans in the L!reenhouse and ,trol'th chambers. Performed micro-traltint! and huddintt procedures. 36 E„°J LISA H. HAMMER RESUME PAGE 2 OF 2 EDUCATION /9---/ws/ /cJL'IJL'Io)r flt .St 1LJk'c'..l.. ricultlIrt'. C .Jlil'trsitl' of Florida '\lajor in Fruit Crops. Certificate of Specialization in Tropical A.zriculture. A \karded William F. Ward Achiesenlent Auard. 1981. .\t l !c/• qJ.Sc it'Jrt•e. Florida International University Thesis research in pollination ecolog . .-\o.%arded Florida International Tratiel Felto'Aship. June 1985. to participate in --Tropical 3_ar�>ec��(r�ai course. CO;ta Rie:t. (ir._anization for Tropical Studies. July-.lu U't 11t85. \11arded (_3r':11111..�ltlt�ll l�l .\nleri a91 St.tt:ti 1J1t1l\ Ship. .-\u u t 1986. t. perform master's thesis research In Costa Rica. PROFESSIONAL AFFILIATIONS .\nlcrican Soci.t\ of Consultin...\rborists. Registered Consultin'o. Arborist No, 333. International Soelctof .\rbori ul:'_u . Certified Arborist No. SO-0758. Beard of Directors. Florida Chapter. 2000-2001, Florida Arborist Association. President 1995, Florida State Horticultural Societ\. Vice -President 1984. LICENSES AND CERTIFICATIONS State of Florida. Certified Pest Control Operator. Certification =JF89007. American Society of Consultin, Arborist•. Re!zistered Arborist =33 3. International Socictof Arboriculture. Certified Arborist =SO-075S. Tree Risk Assessment Qualification. Internatikanal Societw of Arboriculture. Certified Le>.el 1 Thcrniottrapher. Infrared Traininhz Center. 2014. '- 3' ---51'13_ace 3r,d Lift it D•=: 87 Request for Qualifications Qualifications of Proposed Project Manager InwStr.irtions -°'ease , 1iIize'he attached adational page, as necessary) Propcser shall ereeide the fcltcwing information for at'east three;31 ecrpleted protects inhere :he'rdi' Ct ai'der..Siied ir. the Proposer Proposal served as the Project Manager as dellred in the RFQ, for the stated projectsipeases. Each protect submitted should be Of ecual or greater scoce size. and ; cmelex:ty Prov+de all required information and submit this Form or each praect, as recuired by the RFC Failure to submit a oempiered Form for each project may resort r. the Proocsat Oeirg rejected as nor -responsive. Refererce Form RFQ-PM-R must be completed fcr each Ferri RFQ-PM submitted. RFQ No T6-1'449 RFQ TitleV1'BAN DESIGN AND LANDSCAPE AeChll-EC JPLENC NEERING SERVICES FCR'WNWCOC NW 3Ria Name of Proposer: t°cal Office Landscape & Urbar. Cesign Name of Proposed Project Manager: Andres Perez Narne of Project: kIlcseurn Park Address of Project: 1075 Biscayne 3 vd. Miami. FL 33132 Name of Project Owner: ` ry of "lam Project Owner Contact Telephone No.: (3°5' 416-1p6 Project Owner Contact Name: Car+osVasquez Project Owner Contact Email address: cavasquee-emiamlgov.core Brief Scope of Project tadditicral space provided;: large vessel moor ne facility design, stormwarer "aragement. coestruc or documents Value of Design Fees (if acplicable): Awarded: S45')K Basis for Deference in Value: Actual: SS5CK NiA Value of Construction (if acpticatlel: Awarded: 5'13 Basis for Difference In Value: Actual: 58.3 N/A Project Completion ;no. of calendar daps'. Projected: oT o', Actual; o"2o1S N/A El T1pe of Project: Q Cesigr-Eid-Build ❑ Jesig",Beild ❑ CM Ele:sk 0 Q4her (specify: LEEO.07-34aan Globe Ce .led Project: © Yes Q No If yes, level of Cerrificaticn: r b' Was i4191.'9 eerformed as an employee of the Proposer? CI Yes 0 No ,„„e�w_r ? 07124/A1' SigratL re of Authorized Officer Cate R. ',army Sawa President Printed Name Title 0.F42-ab 83 COASTIL MUSEUM PARK SYi*3xG Request for Qualifications Qualifications of Proposed Project Manager Instructions 'P'ease Jirlize the etlacfled 3ddltIonal Rage. as necessary; p'rocger Shall 3revde the fcitowieg 'rformaten fcr at 'east tree '3 :ompieted projects Nfi•e. a :l,e .n&SV cLal dertifed'n the Proposers Proposal served 3s the Project Manager, as defired in Ire RFQ, for the war -id prciecislphases. Earn project submitted should be of equal or greater scope. size, and complexity. Provide all required in`crmation and submit this Forrn for each project. as required by the RFQ. Failure to submit a completed Form `or each project may result in the Proposal oeing'elected as non-resccnsive. Reference Form RFQ-PM-R must be completed for each Form RFQ-PM Submitted. RFQ No :14-' 7-}aa RFQ Title. URBAN DESIGN ANC LANDSCAPE ARC4 ECTt PEENGiN,ERING SE3V'CES FOR 'vi NWOOO NW 3-Fla Name of Proposer. Lxal Office arascape 4 urban Design Name of Project: Bearhwalk it Name of Proposed Project Manager- Andres Perez Address of Project: 10'5 Biscayne Blvd, Miami„ FL 33132 Narne of Project Owner. City Of Miami Project Owner Contact Name: Ms. Etzaaetr. Wheaton Project Owner Contact Telephone No.: t'os) 5'3-7o8o c 5' 2' Project Owner Contact E-mail address: Elizabeth Wheatonamiar lbeachfl.II Brief Scope of Project (additional space provided): P"arnirg, design, and regulatory permitting, P3ving, Grading, Orairage Value of Design Fees (If applicable): Awarded: S575K Basis for Difference in Value: Actual: S575K NIA ❑ Value of Construction (if applicable): Awarded: SaM Actual: S5M N/A ❑ Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: N/A 0 Type of Project: Design -Bid -Band ❑ Desirar/Suild Q CM:r Risk ❑ Other (scectfy): LEER orG een Grobe Certified Project Q Yes [] No If yes. level of Certification: Was rorle aerformed as anemployee of the Proposer? ❑ Yes Q No Signature of Authorized Officer Gate R. - arrey Sasso President Printed Name Tile 90 -irkb]n D.33 Jr 3rd L3rdSC:3Ce2 E Jireer.og Serfrcni for 1,AI N'A 3r d 4,=nu, \Ar7or'�r0 coAsikL SYSTPCNIS •t na BEACHWALK II • — ' ...R• • -1613: • : t-OC31 LarCISC3CC and Urtar, 9' Rearrest for Qualifications Qriatiflcations of Proposed Project ct Manager Irrt6-u rlrr14 lugese Antra se.,rxaaryi Fraor_s.rs'aiprry t4fc1-inc,'•rfomR r era'"e3.�1t'rra'Ojr :eCar;s:C3u-s•a+aInd .1<,? lane rtePra 'sPtFzsai ;.trvo". ,S 3-1G Projera, M.rragar_ dNineC r tN, RFC. fcr :he Stated arcjecseA-asss piled s.t.r red sx,YC Je .14 a� Ct 7,7•231.2- xcaOe. sza ark 7CX F ex., Pre :9 31I •.v.-rxon rfzracr ari 3t,r.hil lh,s =yrr fcr sAc� as a r3c b:r ".tta ZF_. FA 'we x stir-r 116.1"Jr" In the�414n9 .*CIK a: run-' sz one •:g. c;ef'3 9rC6 �T F .Pti rr :s: ar3 c� naa �r t: Foar i=ti•a'As,�,x �' L3 RFQ PaoRFa Tlt,q .R9sNJFj` �4INDL.6%:5,1,P: V:^F£` ITEi' rlie'.E_ ,tr. iE=.iN' sFCl.N TC,s4xpkW3P� : ,otca t+r45 t &lY ar e;lq� L art5:a,er h 7rne o` PrrSnrJer P` Mama of Pmooaeµ P-sjaef Manager. IN lime of Pre act `d6-'a e• "al r'-7415e5.1 :Y€i CF,r. . id.em ofFrojaYY '. 0.t,tC7i,rsAveAlt:miSe�CFI33,5= Norma a' Pra,e.ct 0...vrx. Y� Frti'iE Svcs rr r P•a$q'at C ma• Contact Name: it'.-1'645eta Prai .fit 1vne-CartctTalnphorw_Ho.: x=`�"' "6 Pig*:0541.nBr'ed'lreim: rd't_gn.�atddp.g.:• 6isf 3eo a { rid i air'i-usar dd+ r:1? - -. t r .rarer ari^rti.tir.'r ;'rr .r�rsar,Hry esi;n V31u3 Of Cc'sigr Fsed 1'f acrikate:: A -married: 564'3 9 ]G ACtaat. $54 r`.'5••°' mail F-r Crre.r r In V.11La:. Ad:.•i l c°ce 2"Ces Yalu! of Cort4trunon if as:Fli Lao -a:: Awarded: 5720.52.7r3 Actiei: `"r`"5' " k_:4 (] Qasr9 fir bra rarce in ValLo: Prale+t Comolatton 140 of a;.xb3r Lays:c Pr tars: 5t"'2(''5 .4awei: °" ° ' fk� Tyoa a'Pro;ar:t. [ /r c�-?iiPr,ltt ;ems' 3a1E C1SJ: lise Q ; te-Oa:aA'':i L.E=C.sir3r*on Glebe Car•.iPed ProJe.t: ❑ Ya9 E Ma If yes. 3eve1 of Ca r'ffir rm Was were snrfoxmed as an erriployre 7f tli Propesur? © Yas Q `4o s Srrratt,re of A, 'thorn.. 3tf!cer ft Barmy Sasso Cate Prosaism P-tnten Nacre T tIe 9' '3 _j" - ._ tr _ , _r,. -or r.a ),nr•',_�5 f';.r '� N;�..�N:� 3r7 i J; HAULOVER MARINE CENTER Cap of fi+liii�lt ff To It May Canoe:r S iti; .t Refe: erce Letter ffcr Projectt Manager, as defir.ed in RFQ flr¢fi No. 1 o-17-043�q .yp�RlSor�4 Ns _-j.. , _ = =i_�Landscape 341J-kar Daniel j City Vsnarter t13r ec _:csed F,-_.-_t Manager: Ardres Perez Tie e c',e Piss. respcndirg to a RegLest for Qua i ca`. cr s ( RF'.d) the: has been ssued by the C t; that :le Proposer provide written re`ere^ces for:ne'r proposed Project Manager (?",l , e Proposer' is reiy.restiisg hat yoj. as the Owner c' tte. rare'enced ^reject. provide the e ed as'F,el as any ctt`e: pe�tinent irfcrn-aticn. Your n;ir�l1: is atiw;..ci.�..� 1`; - e of Pr:;e•:t cf ,` ;A fc-, - _ _ _ei Fr: :t 7ark`3ci'+7desig:-- v3term r,a_ren;,. nit' _ --:ject. S' Va`L-. of Corstaic:icn $ t?: Tyre cf "- - _ = t D; ; Evil : ® Cr.'. R.sk ® esign-Et.ilc ®C'her C::rV.."J cn cc--1:leted cn time and i,vithln budget: ❑ Yes El Ne HON Icrg proposer PM serie Ir tie capacity as PM cn tnis pro,ect? L Qua'It/ cf Ce ❑ Above Expects:ors 0 Ave -age ❑ Eelow Excecia:i:rs cr_ ""s3;or.z ❑ Above Expectations E Ealce1 Expectations 5 r _ _- .s =.. a :: a r ,r sscrs tar an:,sica:ed by :i _ E-rors c'i' Or iss Cr.s rss" `. ;r increased constr Jctien cost? \Pas the PM responsive'? Was the PM time'y w1th reviews and submittals? Did the PM effectively resc've issues in a timely manner? E Yes ❑ Nc J Yes El Nc E Yes ❑ No E Yes ® No Please type in the field below to provide comments (Please use the attached adaitionai page, as necessary) Andre; aef :z. D.E. arc.' =+J? :vas veny receptive t:. CON1 concerns and very responsive with recommendatiors to full fill COM best merest. Narre of Project Owner: City of Miami Nacre of Project Owner's Representative Carlos A. Vasquez Signature of Project Owner's Representative: Title: Project Manager .r Te ephore: (305) 416-1206 Date: July 20,2017 Sincerely, Annie Perez. CPPO Director Procurement Cepa•tment E-mail' cavasgUeZ miam gov.com R Q-PM-R Re,lsed 8/16,2C 6 9-4 City of ifiramt 2;an el J. Alonso. Please ut lize t,e space be:ow, as necessary. T-4:5 "1SE 8_20.K 3(00 3 3 OJECr 11ANAGER Revisea 6/5;2016 La:a Dr'c Lardscac,a and Urban De5.10 LL: 95 . t' of ifiami .a,, fa a To Whom It May Concern: Subject; Reference Letter for Project Manager, as def:ned in RFQ No. 16-17-049 3 i J Agreeso ;,t•! Manager Name of Proposer Local Of`ce Landscape & Urban Design Name of Proposed Project Manager: Andres Perez The atove referenced Proposer is responding to a Request for Qualifications (PF)) that has been issued by the City of sbliami. We. require that the Proposer provide written references for their proposed Project Manager (PM). The Proposer is requesting that you, as the Owner of the referenced project, provide the following information as well as any other pertinent information. Your insight is appreciated Name of Frcject: Foi..lover Marina Facility Utility Design Scope of d;crk for Re..e. iced Pr eject: C'anst; Lc' Qn 3d6rinistration, st rmwater management, waterrsew' r sani4 Value of Project: $7z='°52•7r Value of Construct<on: $73ci.C52.7° r� Type cf Pr:js,t. E Des in-B c!-Bi.:ild [j Design -Build ❑ Other ( Construct:on camcieted on time and within budget: Ej Yes 0 No How long did t"e: or:posed PM serve in the capacity as PM or this project? Quality cf Des-g . Above Expectations ❑ Average ❑ Below Expectations Errors and Omissions: 0 Above Expectations ❑ Average 0 Below Expectations tA:,o're ewpectaiicns ird eat :; `e.ve err,3rs and omissions than anticipated by Project Owner Did Errors and Omissions result in increased construction cost? Was the PM responsive? Was the PM timely with reviews and submittals? Did the PM effectively resolve issues in a timely manner? Yes 37 No [] Yes ❑ No Yes [] No Yes ❑ No Its Please type in the field below to provide comments (Please use the attached additional page, as necesar/, 4Ve are very pleased with the design professional services provided for the Haulover Utilities Project (2015). Name of Project Owner: Miami -Dade PROS Department Name of Project Owner's Representative: Ms. Lydia Sal Signature of Project Owner's Representative: Tice: Project Manager Telephone: (305? 755-545° 1 Date: 1 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: lydias@miamidade.gov RFQ-PM-R Revised 5/1512O16 CO kS T% I EDUCATION Bacre'cr of ar's aorsr..c.,cr Marage,rert F cria 'r:er^at 5ra‘ 'Jrrr1er3.ip Yhar^ F'cr as -sscciate r ar.5 rny:r_ rry \L r. Dare Ccr'rlLrli ..T:;ya 1Lar crn 1983 ORESTES BETANCOURT Senior Civil Designer \ Ir. Betanci urt has o\er 'fi ears of experience in site ci\ ii en aineerin and has completed projects t.ir a iarieti of sites includin_ hotels. condominiums. marinas. resorts, industrial commereiar areas. and parks. He reaularl.\ coordinate; \\ith project consultants ineludina architects. engineers and mechanical electrical pltlmbin_ (MEP) to e1 LIIe C `It ',ater1t site el\ II LIal` n ti ith project requirements. \lr. Betancourt prov ides desiun and construction administration sere ices associated \\ ith site- ci\ it and utilit\ projects undertaken b\ Coastal `...;,;ems. He Nils pro\ ided el\ II desiun. construction Insi`ectlllns. field sur\ e\ and plannin . la) outs for numerous site el\il and perinittitw. projects throniehout South Florida and the Caribbean. \1r. Betanc'otll't conducts inspections and interacts with contractors to ensure the project i, completed acaordin : to desiun plans and specifications. Annuak he prepares and processes appro\lmatel\ s€\ to tell site plans for dev clop ents in South. Florida. These plans include civil eneineerina desi ens for V\ater distribution, sEn star sewer, paAMu. gracin_. Irr!Yatioll and storm;\\titer llt.rnaeenlent facilities. His storm\\rater management desi`m experience includes the use of hest marlaeemeni practices as \\ell as iIljection L1,IIs and exult ation trenches. REPRESENTATIVE PROJECT EXPERIENCE 10' Street Auditorium, Miami Beach, Florida CLIENT: Cit■ of r'\liami Beach C'i\ 11 den and en`. ironment_t! permittin, for the Cit\ of `liami Beach's Ill''' Street Auditorium and Beach Patrol Headquarters. The desiun included restoration oldie t\Lo buildines to include new \\ater and se\\er SeT\. ice. as \\ell as connections to the adjacent public restrooms. 1825 Collins Avenue Garage, Miami Beach, Florida CLIENT: Crescent HeiLrhts Site ci\il eneinecrin ser\ices tbr 139 space 4-stor\ automated parking garage. Designed pa\inr. grading and drainage as well as ater and sewer ser\ ices. Processed storm \\ater plans throlluh Miami -Dade DER\1 and drainage \.\ell through Florida DEP. Processed Dri\e\\a\ Connection and Drainage permits through FDOT. Bayfront Street Ends Improvements, Miami Beach, Florida CLIENT: Cit\ of Miami Beach Bulkhead desiun and en\ ironnlental permitting for street ends at South Shore Dike, 10r' Street. 14't' Street. Lincoln Road as \\ell as Island View Park. Streetscape design for street ends at South Shore Dri e. 10" Street and Lincoln Road to impro\e upland access to the uaterfi'ont. Paine. gradin_e. drainnoe lighting and landscape hardscape impro\ements. L•oc i ,fir« _:, LirISCaCe 3r'd Url~ar Desrr- LLC 97 ORESTES BETANCOUR T Beachwalk, Miami Beach, Florida CLIENT: i it', I tlianii Beach Ci it coastal ellgilleerine desiell and en\ irollihlental perinittln_e for the �_flflll foot on I.:rade pa\ er \tall,\\a\ that connects Lummu, fork ,forth 11 2I.' Street in the South Beach district of Nlianli Beach. aion.. A!i'll a—wciated amenities and landscaping, Capri South Beach, Miami Beach, Florida CLIENT: \laetield De\elopment 1).1 Hz. gradin i and drainage desi n for 3 re,idential cornple\es \\ ith a toti! - units and an linderarollnd parkin e +`.!I':!_'e Ile\t to l3isca\11e Ba'•. c,,r,eI';;1.' t' o city blocks. Desian included ilat.'I' slain e\tensions for each r.recr[.. flre. '.1llltai'\ ser‘ ices. street end, and stoiill dr'aina_e >`. slept einellt for the neighborhood Vt ith associated pump stations. The Clevelander Hotel, Miami Beach, Florida CLIENT: C iI\ of \11:1111I Beaell CI \ Il eneineerli%e design and en\ ironnlental permitting for the reno ations lihclaclln ' a Ile\\ lraina'ee s\stem. \\ater and c\\er ser\ices. and site adln'a to accommodate the e\ist ne adjacent public side\\alks. Cocowalk Drainage Improvements, Miami, Florida CLIENT: Cocowalk or stor111Uater drainage improyelllents for In\Ser' le\el earaee in Coeo'.\ai'A, Drainage deli n included a nev. deep\\ater infection \\ell till storm 5\ater handling appurtenances to redirect draina_'e to the ne \\:II in,talled in the Cit\ right -of -\\a\,. Courts of South Beach, Miami Beach, Florida CLIENT: Courts or South Beach Pa'1 one. el'adin'e. and storim\at:r manaeelhlent design for -4OO-C nit. multi- family de\ elc pnlent located in the (historic South Beach District of Miami Beach. Designs also included ater mains and sanitary sever ser\ ice. Hadley Park, Miami, Florida CLIENT: City of Nliami Civil engineering design including ground stabilization for fire truck cicceSS, stormwater drainage, water and sewer for a new park pavilion /a enity building \within the City of \liarni's Hadley Part:. Jose Marti Park, Miami Florida CLIENT: Cr:. 01N11a1111 tine Ci\il en,eineering for 1-acre project site de\elornlent \\ith a community 1~f\ nmasiunl. Pa\ in'?. gradin'2 and storlll\\ater 111ana'eemeni desiens were completed and \\ater'se\\er ser\ ices \\ere pro\idedto the site. Street impro\ements ti\ere designed for South West 5 h Street. 93 IJ . :_1.,, Tl.,�. � led ilry_:3C•: 1r,h� Cure. �.. �J,. nrn,� j�>r. --' Jr .�. .. 7 'i .. ORESTES BETANCOURT Little Haiti Cultural Center, Miami. Florida CLIENT: Clt\ of N1iami S;te c'r\il eiriincerinz for a 1.5 acre site Je\elorment \\ith a cultural center and theater. Pak ln . grading and stortll\1at.r management Je>i-.ni \\_re completed and ater se er ser\ices \\ere rro\Ided to the site Illeluding' a Haler main extension. Street mipro\ements \\ere desig.ned aionQ \\ ith three (3) parkin 2 lots totaling 180 spaces. North Beach Recreational Corridor (NSRC), Miami Beach, Florida CLIENT: CI[\ o :\1larnl $eaeh C i\ 11 eng'ir1eerin` ser\ lees include pa\ lil,2 and gradin�e for 6.70? linear fret of n u!ti-rum}se public access corridor to tr:l\erne aloni.2. the \'•es:ern ed..te or the teach dunes ber\\eerl 6_l I Street and 9'''1 Street. r)e,; n ineludes dune enhancements. lanJscapin2. electrical and \\ ater ser\ice for irri_ation. Ponce and Bird, Coral Gables, Florida CLIENT: Ponce and Bird Nliarni De\elopment. LE(' Pro\ide en\irc'nmental and CI\1! perllllninF se:'\ices for the de\ekpniellt of as ei`'ht star\ apartment buildim2 Cc\I1taini11.! approxiiiiatel\ 72 Units. tether \\ ith an attached 8 stork parkinT, structul' Secured ell\ironnirontal permits throthzh the Florida Department of o, ra:mport,ltion. Department of En\ironmental Protection. Miami -Dade Count \ and Department of Re T+u!at.r and Economic Resources. Setai Development, Miami Beach, Florida CLIENT: Setai Resort and Residences Pa\ in_. ,radio::. and drainae e desi ens for a ne\\ residential condominium to\\er \\itli 195 units as \\ell as hotel reno\atio11S. Design included \\ater. tire and sanitar\ ser\ices as \\ell as a drop -oft lane on t tier; \\enue and ^+,''' and 21'' Street end irnpro\ement;. South of Fifth, Miami Beach, Florida CLIENT: Brio In\ estmcnt Group De\eloprnent of lour condominium buildings on top of gar:l`e pedestal \\ ith an on -grade pool deck area and dune restoration project. Pro\ided coastal permitting and ellineerillQ ser\ices that included permits from the Florida Department of En\ ironmental Protection (DEP) and marine turtle lighting re\ie\\ through the Florida Fish and Wildlife Conscr\ation Commission ( F'4\'C). Also pro\ ided Florida Building C\ide. Cit\ Code (F13C). and Federal Enierizenc\ Nlana.ement .\i.tenc\ (FE\t:\) flood compliance re\ie\\s. South Pointe Park, Miami Beach, Florida CLIENT: 1 larurea\ es and Associates Ci\il desktniand coastal en\ironmental perinittinL, of a multi -purpose recreational park area for structural. hardseape. and landscape impro\cements in excess of 16 acres. :\Ctr\itie. include the construction of a main park structure \kith ottices.concession I'estl'ao111s. a storage facilit\ for park \eliieles. a raked serpentine \\alk\\:t'. and pia>ground facilities. ir. i,:ace and Urh r!LC: v 99 C l 1 S T t I. S're slt:N EDUCATION 3acre^' r ET-igv,ev.rg Forda !rfe, .r j. �nr. brS�P/ WIa^t,, Fri LICENSURE a•Qressicr3; ANDRES PEREZ, P.E. Engineering Department Head \ lr. Perez has o'..r- 1 ` \ears or ci\ i t eil ineerin 2 e\perience in Florida. Fie has completed the planning. design and construction adallinistration for ci\il projects includin parks. street cape. and RiY,:ht-of- \ a>, He has also Completed designs for [irk ate sIt. do\clppnl.rlts atr.h ;IS 110[.1,. u,ndt,miniLIMS. parkin; lot; Cara: es. commercial properties and dr\ stack marinas. These projects ha\ e r: tltlir::J the design of stormy, ater management s\st.ms consistinL, of retention areas. draina_e t\tfltraticn treaicli.s. and oiittall . These pI'l.}Occts Ila1e also required the d.sl_'Ii of 4\aterand sanitar\ se\\erser\. ices. His site ci\il de;i,n experience in Florida includes the rennittimgg t�f pr.)iect-s throtu411 a:lencies such as the Florida Department or En ironnlental Protection (DEP). South Florida Water \lava Tetnent District. and Florida D.pal 1110lt or Transportation. He has processed storm\\ater ii ana elent through these a:'ent:les to obtain En\tronlli.ntal Resource Permits t ERPI. and he has demonstrated z\perience \\ ith projects adjacent to the coast and or Ayat.rtront. These projects hale required e\tenslve coul'Jlllatlitll AVith diAerse project teams to design projects that meet the de%elopment pro .r:ulhnlina goak for both public and pri\ate sector clients. but ki';lt also meet the strintlent reuitllator\ pe1'1111ttni1z criteria to rnana,e surface \later runoff, REPRESENTATIVE PROJECT EXPERIENCE 360 Condominiums Development, North Bay Village, Florida CLIENT: Lerinar Development enaineerin`_=. bulkhead design and ell\ ironmental ptntlittin_g fir 6-acre condominium de\elopnlent. Bluepoints Marina, Port Canaveral, Brevard County, Florida CLIENT: p3ltlepoints International Fisheries. Inc. \farina design and en\ironmental perminin2 for a 10-acre dr> ;tora,e marina tacilit.. including 940 dry slips. 10 vvet slips. and 33 Iaunchinu holding, slips. H\droffaphic and marine resource stir\c\s conducted. Ci\il en�,ineerin`, ser\ices also pro\ided. Casa Del Mar Yacht Club, Boynton Beach, Florida CLIENT: Larlcore Nurser> Dcsin and permitting or 4.1 acre site for 320 dr> stack marina project. Dcsh,n of dock. bulkheads and died4inu for 35 \\et slips. Haulover Marine Center, North Miami Beach, Florida CLIENT: \\.;tree \larinas Marine and site cI\ll impro\ellients for the rede\elopment of a Ile\\ marina Iaciiitv with appl' yinlatcly 40() feet of bulkhead. Sur in,. water and sanrttr\ se\\erdesign. utilit\ coordination. and construction administration '00 0^ 0 �.i = �^ '� � _ J.3., �,- w 1.. tip,_ i .\�_I` �= _: r Cn _� Y'._.3 r.,, i� ],'r1'C?) f :r 'r��'i -..: i h, r': 3r1 ANDRES PEREZ, P.E. ser\ ices pro\ ided. Red6si'oned shut pile bulkhead !! ith atio reastllii:- supported reinforced concrete forklift launching* platform. Island Gardens Mega Yacht Harbour, Miami, Florida CLIENT: F laostone Properties \farina design and en\ iro11111e11ta1 permitting. tol' 'U-slip It1e`'a! acht harbor oil 'afro Island as part of S6I)I).\T site rede%elopntent. IIldrographic and marine resource sur'\e!s and t111LlCr'Mate'• bulkhead assessments pi-'ided. Design of dredging. mitigation. fixed piers. and Utilities for \:sselk up to 450 feet long. Latitude Development, Miami, Florida CLIENT: tlianli Rilerfront Partners. LLC Ci% i1 engineering and marine structures design and en% ironnlental permittin_' for a multi-kmer condominium de%e1. pnient on the Miami I.1ldrographic. marine resource surlels and tidal Illdraulic numerical conducted. Museum Park, Miami, Florida CLIENT:Cii\ oC\liami Planniiig of marine amenities and en% ironmental permitting f'easihihtstud! ckmmpl:tion relatlle to a propos:d hat!~alk. ttaterfront enhancement. and other public park amenities along the shoreline and \l ithin a basin on Bi-;ealne Pa.• as part of the proposed S5111,1 `IU euni Park improNemellts project. Design and permitting of stcrn1!later Management for the 22-acre master planned park. and planning'desi,n of large ‘essel mooring fa.l1E[\. 17m, 1 B`", and 20" Street Ends Improvements, Miami Beach, Florida CLIENT: C itv of :Miami Beach f)esi n and en\irnnnlentaI permitting of multi -purposes public access corridor tra\ersing the !leStern edge of beach dunes bct!leen 17'1' Street and 20' Strca. Design encompasses 15 blocks and three cit-y parks. Bayfront Street Ends Improvements, Miami Beach, Florida CLIENT: Cit! of N1lam i Beach Bulkhead design and enk ironmental permitting. for street ends at South Shore Dri\e_ 10th Street_ I-4th Street. Lincoln Road as !.ell as Island Vie!! Park. SiStreetscape design for street ends at South Shore Drib:. loth Street and Lincoln Road to impro\ e upland access to Ole !laterfront. Pa\ in,. gradinni. drainage li<ahtingg and landscape liardscape inlproleuients. Beachwalk, Miami Beach, Florida CLIENT: C it\ of \11am1 Beach C i! II eL+astal engineering design and en\ ironiuental permitting t.Ir the -1.000 foot on grade pa‘ tr !lalktla! that connects Llntlllius Park north to 21st Street in the South !Inch district of Miami Beach. along ‘‘ith associated amenities and landscaping. Beachwalk II, Miami Beach, Florida CLIENT: Clt! of 11an11 Beach l I\ II LOastal engilleer111g design aIIJ ell! Ironmental permitting for the 2.300 _0•=31 71;:1C9 ird t1rb3n L ANDRES PEREZ. P.E. feet on trade pa\er a\alL\tathat connect, South Pointe Park. \laror) Stoneman Douglas Park. and Lummus Park in the South Beach district of Miami Beach. Capri South Beach, Miami Beach, Florida CLIENT: \IaeticIJ Dint:1011111ent PaE and draina.e design for 3 residential c{}nlple\es'. ith a total 72 Units and an underground parkin' garage ne\t to f3isca\ne Ba_.. co\erin` t��t1 cit\ blocks. Design included ater main e.\tensions for each street. fire. sanit,u sen, ices. street ends and storm drainage s\ stem inlpro\ ement for the Ilel211'tirhood v ith Li soelatCLi pump stations. Jose Marti Park, Miami Florida CLIENT: Cit ofNIiaillI Site ei%il engineering for 1-acre project site de\elopnlent ith a conlmunit) I1inasium. Pa\ ing. t ratjin,' and storm\\ater management de igns N%ere completed and St ate.rse\\er ices \\er'e pro\ ided to the site. Street improement \\ere designed for South West 5t11 Street. Little Haiti Cultural Center, Miami, Florida CLIENT: Zt sek11 ieh ;lrehitects Sit, ci\ iI en. inecrin` t.,r a 1.5 acre site de\elopment \\ ith a cultural center and theater. Pa\ing. "trading and storm 11aier management designs ti\ere completed. and v ater ae4\cr ser ices \\ere pro\lded to the site including a hater main e\tension, Street impro\ements \\ere designed along 111th parkins lots totaling. ISO spaces. Lower North Bay Road Drainage Improvements, Miami Beach, Florida CLIENT: Cr'r it Works Design -build construction project that included marine resource sure s and design of bulkhead replacements at 23rd and 29th street ends, Design of vvet \\elI. dissipater box. and outlet \\orks ror (2) 42- and (1) 36" out falls from the storm \\titer pump station Leith 2-75 hp pumps. Museum Park, Miami, Florida CLIENT: Cit\ of Miami CI%it engineering design and regulatorpermitting for the 22-acre site. Design included a storm \\ater management *stem that combines dralnag.e \\ells Stith e\Iihration trenches along «ith retention areas and «ater and sever ser‘iees for the Park. which includes Miami -Dade Water and Sewer master agreements for the redo\ eloped Park. Peanut Island Environmental Restoration, Palm Beach County, Florida CLIENT: Pahtt Beach Count\ CtoasIal ei111 and marine structures design for I.` -acre artificial reel habitat and 1.; acre shallo\\ seagrass lagoon. Additional features include a tidal pond and flushing channel. shallkl\\ -draft marina. pedestrian boar•i»alks. and site utility upgrades. Pier 66 Marina, Ft. Lauderdale, Florida )n._•_ rc] jar'. _.�.� ,'`. "-.6::d N4Y, - ANDRES PEREZ, P.E. CLIENT: LXR Lu\lire Resorts PLtnnin�� and desi,:n of 1riri-slip ilie2.:1-yacht marina facility. Design of upland e\c:t itiri1 and hasin ifcluLiin s material handline. and disposal detii`ii. Desl_il of bulkhead i111pro\etllent> and associated shore - support Structures. alon` 41Ith a rortion of-1i\ed decks. Quiet Waters Business Park, Deerfield Beach, Florida CLIENT: CL\\ Real (:state Ser\ ices Group F.:\aluat.d the e.\istin.1 draina_fe s\ stn1 al the 49-acre Quiet staters Business Park in Deerfield Beach. Florida. The area flooded during rainfall tints. and the 11\drolo\ Lind stormwater inalla',eni.nt system was stir\eyed and e\ 1lLlated as part ola L'ompreherisiye ert..lincerim2 assessment. i puunp station was desisned to present the parking lots and loadimi areas from floodin2 as these areas were critical to the operations. The pump station was desi ncd to comer the runoff to the site retention pond. Ensironmeutal pernmIts \\ere modified. and construction administration sers ices pros ided. North Beach Recreational Corridor (N3RC), Miami Beach, Florida CLIENT: City of �[1.lmi Bach Site Cis it en`ineerin� ser\ ices incl.ide pas ing and Lrading. tOr 6.700 IS ol multi -purpose public a.:eess corridor to tra\eI'tie alcn.1 the western edge of the beach dunes between 6-1411 Street and 7{)th Street. De ik.n includes dune enhancements. 1andscapitud. electrical and water Serf ice forirriL'atioii. Pinetree Park, Miami Beach, Florida CLIENT: C'it\ of Nliami Beach Shoreline, marir. resource and h\drofrapliie sur\e s alone park waterfront. Feasibility and preliminary des&i of canal and public rater access structures. Concepts were prepared for the Cit\ to re\ iew that included n]an:Irose planters and kayak launching areas. Designed the ka\.tl, launching area w ith a unique \ in' I bulkhead sy stem that incorporates an architectural fascia. Rickenbacker Causeway Recreational Corridor, Miami -Dade County, Florida CLIENT: Miami -Dade Count\ Desr.In of shoreline stabilization and associated public recreation area ilnprO\elllenls alorii 2.5 miles of shoreline of the Riekenhacker Causeway across Biscayne Ba>. Marine resource and h\droLlraphie sur\e\s completed. and coastal enlineerin'! anal\srs conducted to assess desiun \\a\e conditions. sediment transport and optimum shoreline stabilization methods. Design elements Included Iandseapin!u. ins ask e species renio\al with natI\e species restoration. parking imrro\enients. Storillwater niana2elnent and \endor kiosks for waterfront aeti' ities. Soundscape Park, Miami Beach, Florida CLIENT: C it\ of \liami Beach Pro\ Ides[ site cis Ner\ ices as part of the desitIn teals led ht the arellitcctural firm. \t est 8. Coastal S\ sterns completed the storniwater niana`eenicnt design for the site. and processed the Class 11 permit through Ird '03 ANDRES PEREZ. P.E. the \Iianll-Dade Count\ Derailment or En% ironmental Resource �lana_ement (DER \Il. In addition. %%ater and sanitar\ se\%er ser\ices \\ere desiilned for the site. South Pointe Park, Miami Beach, Florida CLIENT; I I.lr"rea\es and Asxl.l:lees Ci\ it desi�_n and coastal en\ ir\nniental permittiml or a multi -purpose recreational pail, area For structural. hardscape. and Land ease inlpro\emellts in excess of 16 acres. .-eti\ itles include the construction of a main park structure \\ ith \)tflees concession. restrooms. a stora'_e faelll[t t:1r pars. \ehicles. a raked serpentine \\alik\\a\, and pl:n�_rotind facilities. Starmwater Treatment Distribution Area (STDA), Miami -Dade County, Florida CLIENT: \lianli-Dade Count\ DLR\1 C'i\ i1 en<<ineerin�. desi_n for an SS -acre basin pump storm ater runoff for treatment rrom the 11 \i,lestead \lilit:lr\ b.r,e utiliiin_ natural \\etlands. Desi2rl included the pumping_ station consistin�il or Min 18.000 GP\1 pumps. dikes and clutrall structures \\ itll t :lenletr\ for remote control of lac ilit\ and perl:lrniance nlonitorim2. �-t 1=7.7', ] 1 3 " .,!- a' C, _ 1" . -, ' 1:,•-• -• : r Instructlo is - Pr,Ccse.r sr.r serre j 3S *-_ S1r•i and comoie.edFr for each Fora, R Eat RFQ Request for Qualifications Qualifications of Proposed Surveyor .:. Vached adaiticnal page, as cecessaryr f = _'i_vtirq nformationfor at 'east three :'...::nic'eted projectswhere the 'ndivdual der lified.nthe Proposer'sProposal iry rr a n the RFQ:, for the stated IF Each prate t submitted should he of equal or greater scope, ,ir=ed information and s,. rr:.l ih S `sr each project.. as required by 'lie RFQ. Failure la submit a ior :7 reirtiit in the Proposal being 'eje,le• as ":n-reep nsr're, Reference Farm RFQ-S-R must be cnrnp'eted -S sup Witted. t,ReA`! DESIGN .'NO LPP „ _CAPE ArR.CNIT_CTI:F,E END; :EEP9hri3 RFQ Title. SErz'rlCCES F.: ',r•rS'r:itr'D NW ;PD 4VEsLE',VCCNERF Name of Proposer; S`v:ayr:e Erg ,tear rg Company, Inc, Nameof Project: t nccln Road C:strict Phase 1 Address of Project: Lncnhi Read, ,ti'ami, Ft Name of Proposed Surreyor: r`r e 33 h01or =�, PS1=t Name of Project Owner'vrr a` `d.rm a.:a_:,:. ,r.,._ e d air, Project Owner Contact Naine:!sat alto Cast !I3 Project Cwner Contact Telephone No.: i`i'' t:t3-=.=lSe tr 223 Project Cwner Contact E-mail address: Icastila fteldeperatiens-net Brief S ope of Projaot (additional S a This welo_t rarsiat•;d ;f orocrdng From:r ssi.ai Sur yrg Sernces far the L:ncctn Road District In` r a.•1er ; n -,Ie:' ic.c .,.1ir l-Cd o, „C; '._,:;; , - • sr Way deEa-minali3n ?r-!,rage and S'andary sewer and control surey. Value of Design Fees (.f aoplioan',e : Awarded: ' ,:! s 'cr Phase 1> Actual: 5 "C'a ou NrA 0 Basis for Difference in Value: Value of Constr:rc'-ion (if applicable`,: Awarded: Actual: NIA 0 Basis for Difference in Value: Project Completion froof ca'er.der days?' Projected: Actual: N/A d Type of Project: ® Des g.n-B d-Build Q Desig,niBuild ❑ ChfrvR;sk 0 Other (specify): LEED or Green Globe Certified Project: Yes El No if yes.:etrei al Cettificaziont Was work performed an employee of the Proposer? G Yes ❑ No B 7r2'r24l 7 5ryna!ure of Authorized Officer Date Nl ke Bartholomew. PTA President Printed Name Title arms LOC3I ;Dr= t., Lardi 03C0 armed Urr?.an D ?,,7^ _L '05 (it•' Elf FCinni Daniel J. Alfonso City Manager. To Whom It May Concern: Subject: Reference Letter for Surveyor, as defined in RFQ No+ 10-17.043. n 4,,04 t V- MPIE*01019'e k1)111bibeCetmpitlI cp M opoeer., Nance cf Proposer: Local Office Landscape and Union Des'cr Name of Proposed Sl:r'ieycr: Biscayne Engineering Company, inc, la:adc"+as!grnr The above refercnoe:J Proposer is responding to a Request forC:la'ili;,aticns (RFQ) that has Noon Issued by the City of Miami. We require that the Proposer provide written references for their proposed Surveyor, The Proposer is rec; eut ng that you, as the .Owner -of the referenced project, provide the fcitcwirg information as :vied as any ether pertinent irfarmatlen, Your Insight is appreciated. ,Name of Project: Linco n Road Df dct Phase 1 ProviiJng P1'4.1i3ssian31 uurvaymp 3ar;lcu3 !Of Ilia Uncoil Roar! DJsurcf improvement SCcre of `J 'eir!C fcr Referenced Project: Prnincl,!n+yurling HUB, 30 Sepcgrnrlr`e snr,ny, RIO or Way doternlnailan, drainage and a nrrar/ aevrer and control ssnoy V3Iu3 of Protect: $7~3,OC3 Value of Construction: $'16,CCO,CC0 Type of Frcje:t: 0 Design-Efd-Build 0 CIV c< Risk ❑ Design -Build ❑ Other ( ) Construction completed cr. time and within budget; ❑ Yes © No I -!curl tong did the proposed Surveyor serie in the capacity as Surveyor on this project? 1 Year Quality cf Design: El Above Expectations ❑ Average 0 Below Expectations Errors and Omissions: ❑ Above Expectations ❑ A•.•era Je 0 Below Expectations (,Love a-rpecta! rs indica:os fewer errors and amtssrons Ii:an anitcipaled by Prolrcl Corner.) Did Errors and Olrisslons result in Increased construction cost? Was the Surveyor responsive? Was the Surveyor timely with revfe:vs and submittals? Did the Surveyor effectively resolve issues In a timely manner? ❑ Yes 0 No al Yes ❑ No 0 Yes ❑ No El Yes ❑ No Ptease type in the field below to provide comments (Feast) use :ha attached additional pane, as necessary): Biscayne has been very effective to work with, mobilizes quickly and Is able to work well with the rest of the design team to resolve problems and obstacle; In a timely manner.The project Is currently cinder design so we cannot attest to errors and nmIssions. That said, our experience working with them to date has been excellent. Name of Project Owner City Of Miami El each / Lead Designer Is James Corner Fleld Operations Nemo cf Project Owner's Representative: City Diego Lopez Medina /Lead Designer- Isabel Castilla Signature cf Project Owner's Representative: Title: Principal Telephone: 212.433-14,0 ext.233 Date: 7/20/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-malt: Icastilla@fletdaperatlons.net PFQ.S-Ft r .; Request for Qualifications Qualifications of Proposed Surveyor Instructions oie.mitrI JmVached addi'xnai page, as narce&SarY) nformanon for at 'east three ccmpfeted projects 41-?.pi... r:J,.fie:- I r, the Praposr's 33 'hu Sitrveyor as de'fi:tact ir the RFQ fcr the stated pro:ects,pftafas. E3Ch ZE3 equal a' 1,2- I 13- Frcvlde all re:v.:red inf.-in-ration arid setrnit tits Form for sect -33 H me RFO.. F- ' fcr eTto project may result in the Proposal beirg rejected as non-est::-5 int RFQ-S•F :•• for eaon Form RFQ•S submitted URBAN CESIGN AND `,E E RFQ No •1':''--'249 FiFQ Title SERVrES F'CR L: Name of Proposer:5 acj.fr'e 5"9"1.1 Ji3l. Inc.:. Name of Proposed Siirve '' 3 '" Name of Project: Sm :p4rtoGI.des-CI I B33,n Resrormion Bouncer/ Services Sot.'inem Znades -iia-ne.stead. FL 33C34 Address of Project: Nair. e of Project Cwnr: I F rffi'h strict Project Owner Contar.,:t Name: ' Project Cvmer Contact Teleohene Project Owner Co ntAct E-mail add reSS 3"''driCr' Breig S 51, Project !:aundary if °,14r ,1 Sac! 5.-Pct'icr,1 • .'n'...!.:!4r; '341^,By • Fter!c.,,',.: • -p 3 V3ILia of De s]y ri Pees t zac a': Awarded: 3'6 Actual: 3-3.554 4 0 Bs iS for L:iffer111C0 in Vatue: Valle of Construction irf applicable): Awarded: Actual: NtA Basis for Cifference In Value: Project Comp:ettoti :^e of C3'erdar days: Pro;eoted: Actual: Ni'A 'ripe of Project: 0Cei:go-Sid-Buifd 0Cesigrkld0 CMR. 0 Olh-ar LEZD or Green Soda Certified Project: 0 Yes E No if yes, level of Cetficalion Vhs worS performed afalm employee of the Proposer? Q Yas El No Tr4,2(117 By' S gnature of Aulhozed Officer Date NI.ke BarVicicfrew,PSM Pw'AEtT-1 Printed Nar'e Ti 3' Laf'diciacie arld Urtortr Doq1 LLC •07 Citp of F1tmi .,•„k To Whom It May Concern: Subject: Reference Letter for Stirmycr, as dol1nod In RFQ No, 1047-040, Daniel J. Alfonso City Manager 10410470101000141iiii047 • Name of Proposer: Lcca Office Landscape and Urban Des on Narr,e of Proposed Surveyor sixayne Engineering Company, Inc. Te above referanced Proper s responding to a Request for QuaiificatIons (RFQ) !hat has boon Issued by 11..e Cliy of Miami. Wo requiro that the Proposor provide 1.vrillon references for their proposed Surveyor, Tho Proposer Is requesrng that you, as the Owner of the referenced proect, provide the fellov.Ing 'rfcar,ation as well as any other perVnent Information, Your Insic,Mt Is apprec!ated. Nan, of project: southern Chides -on Baah Rostaration Boundary Sonr!cos r''"?7:14-4.4‘...04e-4Allieft0304001001100119~titibeell*MCOVFML E1'11! 31' kJins bout adry or four 50,11!na anJ d)onNi Ihg a.ghipti -e (331 pa.cafs whIn SCOpe of WorN for Referenced Phi 3/co/c".. ry.oymod anrniir Survw, porprrod Tennyor Va:ue of Projart $ 7(3,558.5° Veto of Construction: $ Ty:m of Project: El De3Icnaki.Buli El cv..,-Ri8k Desfgn-Bdid 0 Other (Swv8Yin ("12;)!tvj Consi..action completed on lime and whin budget: 0 Yas D No Ho Tong did the proposed Surveyor 800.9 In the capacity as Surveyor on this project?6 months Quay of Design: D Al;ove Expectations 0 Average 0 Below Expectations Errors and Omisslars. 0 Above ExpectatIons 0 Average 0 Below Expectations (mole axpaclado.-s intik:alas rower ancrs and orn:ssfaa than anirdpated by Project Omar.) Did Errors and Omissions result In increased construction cost? Was the Surveyor respcnsIvo? Was the Surveyor timely with roil/laws and submittals? Did the Surveyor effectIvely resolve Issues In a tIntely manner? El Yes E No Yes 0 No 0 Yes 0 No in Yes 0 No Please type In the field botol,v to provide commonts tPleesa use lha attached additIonal Raga, 03 nacassary): Biscayne En ninth MI an excellent jab In n changing project location,They completed the project on time even thought access was limited and property as under water, Name oProject Owner; South Florida Water Management Distrld f Name of project comes Representative: Amelia fiodriguaz-Atars,PSKIM Signature of Project Owners Representalive: Title: Survey &Mapping Section Administrator • In tarim Te!ephone:(5131) 0132-6605 Date: 7/20/20 I 7 Sincerely, Annie Perez, CPPO DIrecior Procurement Department E-mail: arodaguesfweldgay '02 Request for Qualifications Qualifications of Proposed Surveyor Instructions ,Please attached 30J. tfprdl 7akJe, 35 -ecessa'y; Propcsers'J E p's°,-",le the nf: rr,7ti^r at'east Ih.rcie 3,' ccmpie'ed prefects rdav'7Lal den'ifisd in:he Frnpcser•s Proocssl serve; a3 the Ssr,gyar a> let -°e ± r a F'F3 €,r 5' 1l,d prclects chases Each p-c;ec' submitted ;Jtct, d be of equal er greater SCape, `vze ar:i c.:r"r e ' .'res a• rt n s _ , Ar .-! SLUM! the Far•:t For ea:h prone;. as r?q¢;rre:4 by the RFQ Fa,rure '.c s,tmlt a c rr e ed i-onn f7r gsr;s prc;e::. 3 , h :he s,:; rirg 'e. .zed as no7-resparsE.e e r F r. i PC:Q-S-R must be con'p'e'ed for each Form RFQ-S submttle_' UReAtl CESICN AND LANDSCAPE AFT,CHITE,'.'JFi_ E`1DINEc'R'NG RFQ No 16-3F•Ct3 RFQ Tills SE;','CE3 FCP WY`a'.` DeD NW3RC A'IZN 'C'N rN ? Name of Proposer: 6 scan ; 1 Name of Proposed Surveyor: u k� 3:s nrl: r:, F::`:l Name of Project: ^f'Ja„i rr cl Proldc Address of Project: klrar: ;:_ 33137 Name of ?reject Owner - - Project Owner Contact Name: '' t T'rn' Project Owner Cocoa. t Ta ;hang N.a. t '' Project Ownar Contact E•maif address: wool^+ x..: _ ;r• :is E ".al Erief Scope of ? , a _. a 3:. Raad.vsy; •n ;hn 1.11a^'4 Ce;:G7 O:s^r.r.' A arc Value of Design Fars ` ace'=a='a,: Awarded: Actual: 5' J J':: N A ❑ Basis for Difference in Value: Value of Construction [if apo^:Earle; Awarded: Actual: NLA ❑ Basis for Difference in Value: Project Comp!etion (nc of cola der da.s't Projected: Actual: f+;A I] Type of Project ❑tea•-"c:;-' _, = ❑ Ces Yr,E:;ia,1 ❑'CM Pssc ❑ Other (spe^.ifil LEc3 or Green Giotto: Certified Project: [] Ya3 I N. If yes, le.el of Cart,f.catior Was work performed as an employee of the Proposer? E Yes ❑ Na l " / 7r2W2O17 By Sio"ratu-e of Autherze: Off•cer Cate hf ka Barro"cmew PSf.i President Printer. Name Title L3,7 ai L,.' :-' L j"•aai.c.ar_,> and Urcar Des... '09 itp of , F11iami 0 4,, 6,, „11If To Whom It May Concern: Serb ecl: Reference Letter for Surveyor, as defined in RFC) No.16-17.019. Name Of Proposer:t-ocai Office Landscape and Urban Design Name of Proposed Surveyor:t3tsrayne Engineering Company, Inc. Daniel J. Alfonso City Manner The above referenced Proposer Is re pcndiog to a Request fcr Qualifications (REQ) that has been Issued by the City of Miami. We require that the Proposer provide written references for their proposed Surveyor. The Proposer Is rertuesting that you, as the Owner of the referenced project, provide the fci'o 1:r;g Infornnattort as well as any other pertinent Information. Your Insight Is apprectatetf. Name of Project: Mfanil Design District Protect -100001 Scope cf Work for Referenced Pr4ect; Multiple Sites & iloadv ays In the NM1amI Design DIstrtcr (SAP). Value of Project: $19,373 Value of Construction: $ Type of Prc;ect: 0 Design-E:d-Bi:iid 0 CM Vilsk Ell Design -guild 0 Other ( Ccrastructicn ccmptete,t on time arc; anin budget: CJ Yes 0 No HOW long dice the proposers $,irreycr same In the capacity as Surveyor on this project? Quality of De.sign:. 0 Above Expectations 0 Average El Below Expectations Errors and Orrissoas: 0 Above Evpectalions © Average 0 Below Expectations (Above of}:ect3t ens fr.d:ra'as (Vie r efr3rs end om ss:cns than anticlpated by Project Gainer.) Did Errors and Orr,:ssions result In Increased construction cost? Was the Surveyor responsive? Was the Surveyor timely with rev!ews and submittals? Did the Surveyor effectively resolve issues In a timely manner? 0 Yes r.1 No Yes ©No Yes El No d Yes © No Please type In the field below to prcvL e comments (Please uselhe attached addittcnat page, as necessary): Name of Project Owner: Dacra Development Corporation Name of Project Owner's Representative: Nicola ?ermine Signature of Project Owner's Representative: --- Tlt!e: Entitlement Coordinator, Miami, Design District Associates Telephone:780 292 3436 ext 3436 E-mail: Nicola r@c desiondislrict.net Dale: 7/20/2017 Sincerely, Annie Perez, CPPO Director Procurement Department RFQ-S R ''0 P _ ., 7�' '� ��..'r�. end L.3,"'d5,=3C'rs "-a rrh,i.?,_+urc. Erg,rl t: ei'ir19 Seri r7r J,_rA Mike Bartholomew, PSM President / Project Manager Eat _ u : u E 323i E._ -- y r ". ^i aitt.a , : _-- c _- B.S.:- Eny ree- rg Co,.w'f 1 73733 large, sitia'e G'C Lae c%ntra:is icy S:3:a atiehoes and crv-see hg the preca a: c . cf C3 -s F. ;'; h'v _ s a'.. L'_2.7 :- ;^ CC .. S..- ,S and the 'M"Ua er.,c., teed v. E._:- (ECL' 3"r Spec,'.c Purpose T_..:gra.h,_ I~,1esn Hi;' b' _ ) Aso he. 37. _ ,_'red in the preparation cf plats and In i s rile as p.a: ra.ierb'e' fir t"a C ,.r H : e : He is \he,i versed In the requirements Cinacter 177 Fat 1 _. d F He has a vast knowr dge of va` cus -3:75 s-ch as IV : =;'_. :" Leica s C+jcicne T_c' - G° - FL,GT pt. _at..res any - - .sR s A. sOAD Civil 3D anc was c so- _anac+ .es In acid.,,_, rti :: ,ti-t-. :_: cce staff and Fed Crew t'e n a;e-'-_'"', c projects ::r--ed throughout soutri For.de Relevant Experience Lyri: Subdiv:s,°card f/Ha:17i, Florida. Pr: e:: Descr:pt:or T` s project consisted of ir.itiaiEc ., , E e f To c ac .S e r Te^ a . , e Piat. and Final Pia: prep_''3: o,, c ty & County r_ r'-s i and acoro''i3 Site Locate:.! E=. , ^j`r'i 1 Aien. e & NE 2 A..o aid Ni'i''r 8 St & NY ./ 9 St. Role it _. E r .".Ie Ms _.er Education - Ever. Coaleg E.- Registration Profess _ Surieyor & IM Pr.,-_ss _-a Affiliations ^- .F tFSMSS Years of Experience 31 ye3`s Expert to/•,-:^ess for Sunset Cora, Key Largo, FL & Murals in Miami Dade County, Miami, Florida. Dq�e.• Pe `err re5r3: T . _ c a-'d attend meet rigs in ccnnert,cn wItb Sunset Coi_ , r Key La - aid MZa'3 ;,a eih ti Florida. Rw'e in Project, Expert b'1..-ess South Beach Cor 3truct.'rn. Ee.3ih, Florida. Prig ect Description. This project consisted c: Ec'.,n:; 'y Ve':f cat,Cn. Fed Lay-C.,. P . _ P ,es `.s-E .i't rv s: _n e.nt3 of up to 220 pies. Tcpcgg"?C S..r/ey a'd Boundany S,__ Locate 4 , = 1,' _ .4a"Are^.= Title Exe:_,. ,e !Ma S.F,WM.D. (Sig Cypress 63s`r) Naples, Florida. Project D.sor+pt:on Th:s project consisted o; As -Emit survey cf 24 s _. cs e - . _ S Ame.r`.can Ve :iced Datum of 1888, Establish NAVD 88 Elevations Record S_ s Fie 'a', : , cf s tes Frs. mir,ary Surveyor's Report cf ail sates and Final Surveyors Report QA QC Compieted A:I Sites Ro-e in Project Executive Manager. Various State Roads for FOOT District 6. Miami Florida. Project Description,: This project consisted of Ra:cn, and Locate R,g 't-of-\11ay Monument Section Corners. Performed GPS Survey. Horizontal Traverse and analyze Survey Right -of -Way Mcn..rrent;cr:s in conjunction with Record Data Also. performed topographic S.;^veys and, prepared D!g t3; Terra r. Moc'els (DTMS). Site Location. Miami, Florida R.-Die in Project. Executive Manager Mini Park Subdivision No. 1 and No. 2, City of Miami, Miami -Dade County, Florida. Project Description This project consisted of the preparation of the tentative plat. final plat. associated street vacation/closure for its submittal to City of Miami and Miami -Dade County. Role in Project: Executive Manager. North and South District Wastewater Treatment Plants; Miami -Dade County, Florida. Project Description. this project consisted cf Oversaw and processing of field data. registration. integration. and importation of scan data into software database Prepare high density 3D survey model of the Wastewater Treatment plant for engineering design with reference to a state piane coordinates and a vertical datum. Role in Project: Executive Manager. Project Manager for City of Miami - Various Continuing Survey Projects, Miami -Dade County, Florida. Project Description Oversees the preparation of surveys related to environmental projects at such locations as Blanche Park. Morrie Christmas Park. Kennedy Park & Curtis Park. Role in Project. Executive Manager. /BISCAYNE ��enGtveeaiws ''.%-,t- __,:1 .O•' __° :3c_' ad.!. Dom Iniu jr Agrkuitu re and Consumer Snrvitvs An ,r CwrIsurver Ser., ices Ill.anlurPr.6v.UonMSurt,cowl,mdMappem 2003 ApaLchte MAT,: dIdiaiwe.Flurida :.1.2J99.65kla License LS5(ii:6 Expiration D. _Fetrualy 23. 20 i9 Professional Surveyor and Vapper License unt:zr of Lltap%r 472, Florida 3laiiikirs N114.2.11:1EL JOHN BAR-1.110LOWW 6640 BLUE BAY Ei R LAKE IVOR Ell, FL 1;407 ADAM H. PUTNAM COMMISSIONER 07 ACRICULTUP.F. sd llo•oollts thu n.ne Ind xl,lios u.` n 21-.4s,tit Ipisits1Ls f77.11111,1 :11 4 " la taw& 7*- _ -1r=r 1`.J • :r j", Request for Qualifications Qualifications of Proposed Engineer IrtstructionS 3••a r--7. 3c:,t,analaage as-,ecessar#. Prcccser ara'I prov'de!r'e fc,lo v.r'.y :r for nat.cr for a?:eas: three 3. , :rr' ere pr; i N'^c'_ :ne _ 1'r !i'c cSr S oc cs3 sen)e.d as the Engineer as defined it the P.= , for tre stated projects,,ohases Eacn project suhr•.,, s-o. _e- of e,. .. cr g e3'er s7;oce s,ze a"d Cor"r ex:ty Provide a:I re uir=d:nformaHcn and s..br it this Form for each projectas required ... _ -- s F a -. >.... -,j 3 _ for each project may resylt irl the Pr';ecsa, ce r•g r•e.;ectef, a3 .or-resccrs PP?- e __ For- . .,....., . For— RFQ-EE that is provided RFQ No y t' ' RFQ Title : n ,• -L.> E1ij ne r'n9 e• j-s „ d'qn"' ;G Name of Proposer: Lxai 0Orce Landscare Name of Engineer:sam G•D ' •r Street Puns c-CGn I-, `7r Engineering Discipline Completed by Engineer on Project ie g civil. structural geotechnical etc ): C,Y,I Name of Project: L s; :.t _,tn Address of Project: L.W '.to.vrL P'r•'v,cl \''E Name of Project Owner: Project Owner Contact Telephone No.: de „r ", - •,i ._ development of ne'gnoorhood Brief Scope of Project (additional space pr7v�de�i : ''` - eroces;. and de traffic calming plan that re ulred n a t es :r'xr'a' nc_. Project Owner Contact Name: 2'""' E' Project Owner Contact E-mail address: • c'arile speed humps and mini traffic circles. Value of Design Fees if apcf,cacie : Awarded. Basis for Difference in Value: Value of Construction r if aocaicable Awarded: 3:``-'-`-' Actual: Actual: N,.A ❑ Basis for Difference in Value: Project Completion inc ofca'e'derdays Projected:' c Actual: t='' Pi.J. �] Type of Project: C Des tId ®_esg^.B 'd ❑ C1,11--'.?.sk d Otrerisc. cif',r` LEED or Green Globe Certified Project: ❑ Yes ❑ No If yes le'rel of Cen.if'ca'.or Was work performed as an employee cf the Proposer? ❑ Yes ❑ "lc By. ta- S,ggnatare of A;.tnorzed Officer Sarre Goale• Punted Name Date P'3 rE'tigoto Title "3 Request for Qualifications Qualifications of Engineer Please utilize the space below. as necessary. R;Q EE 114 Request for Qualifications Qualifications of Proposed Engineer Instructions = _ ._. _ .. a..,.. a :;,eonarna;'x aa•te:,essary Poser sr°a'l pry, da ire _ t;snrg information fer at least'hree r3, competed prje_rs rrrere the :n rduai aertoei it :re se. re as the Engineer :IS defined Ir the RFQ for the stated prjeots.crases Each pr;ject submitted should be of equal :; size and :omplexlty Provide all required information and ;L brnit °his Farm for each project. as required by the PFQ Failure to s..;: • ; Form for each project may result in the Proposal being rejected as non-r_spersive Reference Form PF•J-EE-R must be ccr Form RFQ-EE that is provided RFQ No 'RFQ Title Name of Proposer: Lx.3I Dffrce Landscape Architacture Des.gn - L s E• dinee:vng Serr:ces .`Ur 'V':v 3rd Avenue'Noonerf Name of Engineer:Sam Goatar Street Plans. Sub -Contractor Engineering Discipline Completed by Engineer on Project le g civil str,,ctural geotechnical. etc.): Civil Name of Project: F''.,,Lh if F.,.,;•�c�ng F'�an Address of Project: Hemch'll Street, Fort North. TX Name of Project Owner: '"" "' ""°` n` Project Owner Contact Name: ht'ke Brennan Project Owner Contact Telephone No,: 8- '" Project Owner Contact E-mail address: n' ke'nearsouth'de"'.v or3 Brief Scope of Project taddlkloral space provided ;',Fare through the Fort'North central my Sara'ed cornmunity outreach and :nout. and the development of design soda;ons. Value of Design Fees Ilf apolicable: Awarded: Actual: 53': NiA ❑ Basis for Difference in Value: Value of Construction (if applicable) Awarded: Actual: SI-5 mdon N/A El Basis for Difference in Value: Project Completion (no of caiendardaysl Projected: 3='' Actual: See Type of Project: ❑ Cesgn-Bid-Euild ❑ Desig . Suitd ❑ Cfvl ;R;sk ❑ Other (specify' Engl' e. rng Cesrgn LEED or Green Globe Certified Project: ❑ Yes E No If yes level of Certification Was work performed as an employee of the Proposer? ❑ Yes [Q No By 7.71-t Signature of Authorized Officer Dale Samuel Goat- Prot Engineer Printed Name Title L,:-3i - -c _i,•.::.,=3C? and Urt".;lr D,3.1r- 115 Request for Qualifications Qualifications of Encgineer. Please utilize. the space belowas necessary, 'IA i t = ; • _, _ 1' 1; : .- - - Request for Qualifications Qualifications of Proposed Engineer Instructions r'e3ae rl e 7h3 3r3cned adoitiunal page as necessary Rrocoser shall prov:de the follcwmg Information for at least three i3i compieted projects where. the rdrvidual ;denUfied in the Proposers Proposal served as the Engineer as defined in the RFQ for the stated projezts:phases Each project submitted should be of equal or greater scope. sze. and ocmpe.cty Pro ride ail required information and submit this Form for each project. as required by the RFQ Failure to submit a complete Form for each project may result Jr the Proposal being rejected as non -responsive Reference Form P•F•Q-EE-R must be completed for each FWrm RFQ-EE hat is provided RFQ No 1''-it-Ca9 RFQ Title Lruan Ces,gn — Landscans Arcnstefture Engineering for'•N'7nwood NW 3rd Avenue•Aioonerf Name of Proposer. L''=�'''ff ce Landscape Architecture Name of Engineer:sam Coate, Street Plans. Sub -Contractor Engineering Discipline Completed by Engineer on Project (e g.. civil. structural geolechnical etc.): CEvil Name of Project: Borfinoton P_ a Iran, B c/c'e. 3rd TraVicCaiming Progra`r Address of Project: 6-13 Pine Str29t, Burlington, VT D3-101 ;citywde ;c;ara Name of Project Owner: City of Burlington Pubiic'N�r s Project Owner Contact Name: Nicole Losch Project Owner Contact Telephone No.: sC'-'S"'''''3'- Project Owner Contact E-mail address: nlosch burlingtorn,t.gov Brief Scope of Project iadditiioral space provided:. Pece t ' "'''' .- ""'s" 'or Burlington Department of Public ihorks rK Lick Budd Program --a program to deliver test infrastructure projects for permanent gut-JI nnstr,r •:on. Value of Design Fees iif aps licaclel: Awarded: P`°-` ' in Progress Actual: 563.c1L'a NiA ❑ Basis for Difference in Value: Value of Construction (jf applicable): Awarded: Actual: NIA Basis for Difference in Value: Project Completion no of calendar days). Projected: 361? Actual: Project In Prcgress. N/A ❑ Type of Project: ❑ Desigr-Eid-Build 0 DesigniBuild ❑ CM1©Risk in Other (specifyl LEED or Green Globe Certified Project:: ❑ Yes ❑ No If yes level of Certification. Was work performed as an employee of the Proposer? ❑ Yes 0 No By 7-1--17 Signature of Authorized Officer Date Samuel Goater Project Engineer Printed Name Title RPI_. L�.�3. _ _ L3"•.1 s1�•� 3n.=: UrbaP Design 117 Request for Qualifications Qualifications of Engineer Please utilize the space below. as necessary Sam is lead:-., t , !_._t of design and engineering dray,+rings for pedestrian, bicycle, and traffic calming projects throughout the city. These in. u e pedestrian crossing refuges, curb extension;, protected bike lanes, traffic circles, chicanes, and woonerfs. These projects ,vE" be but by the Department of Public Works in the fall. and tested and iterated for eventual permanent construction. RFa FF 118 �ttP of 4.1taitit �'a :? _ r rso ^y- Ta Whorr It May Concern: Subject. Reference Letter for Engineer, as defined in RFQ No. 16-17-049 _eSeam ti1*Cimpktedi RoPoser• "ia"'e of Procoser Local 3rficeLandscapeArchitecture N3Tc, ' �. ,, neer San- Goater IS:reet Plans, Sub-Contra:tor The a: . : E-'= 3er is r'_SzcrhIng t0 a Request for ' '?' -as been issued tre .t; , 31'1. -_ ' -e t -a::-e Proposer prdv'te -v-,teen r� _ .: r .. ., r r =.. = 3e+i Engineer The Pr,ccse' d5 r �', `j .meat you. astro Owner of the refe I „ ;I e fi:Ilowiri Inforra1:or as we I _l a y other pertinent information. Your insight is aca'e...,,:i!e. t IWsr e of Project - '-"`strlan, B.cycle, andTraf c Calming Program be Omovhaliedm,tlfit ier Engirear:ng Disoiplire Completed by Er jineer on Project (e.g , civil. str: cturat, etc.) Civti .. _c,.p_ of fir Per.. For eng:neenng• design 'a .r :< .11d" tr3n,portat• on improvements. '•, lop. .arece•d Pr.je_.c.. ue of Pr.::e:t. S-:5.'.c,: Value of Const-Lcticr. rat" t r Pv3g•e3; Des,r Bid-61ild [] CM:WR sk 0 Design-E.. id 0 Otrer Co-s;`•_ct or conpleted on erne a-d w,thin budget: 12 Yes 0 No H4_.'1 homy uid the proposed Engineer saris, in this capacity or t".is prject" Ir Pr;gre.ss. star-: April 21117 Acove Expectateons ®A, ra;e ©csalcu Expec;atcrs a-.d Omissions. C A.ove Expectations ❑ A.; .ra,-7.! fl Be`cw Expe::3t1cr s ': ai: •:.. 3icect3i.rri in..1i:.3'3. ::'.aa-e",'i and or sslors than aniic.NBted by P-^; c v'*re Did Errors arC OrF.issior=s result in increased construction cos'? Was the Engineer responsive? Was the Engineer timely w°th reviews and submittals? Did t.-e Engineer effect .ply resolve issues in a timely manner? 0 Yes In No O Yes 0 No O Yes 0 No O Yes 0 No Pi.' ^9 in t f' ' -_,low to provide CorinientS (Please use the attached additional page as necessary): San, i 11;iy pas ponslve, produc;rg dram* mare a s on schedule and as requested Sari ha; _� :.. _ ., -. .r• : 1 needed. and has helped pr•ont:ze pr�;ects to keep the pro}ect on schedule. Name of P- �1 a:t Owner: City of Burlington Public Works Name of Prc}ect Owner's Representative: Nicole Losch Slgnatt,re of Project Owner's Representative: Title: Senior T^ansportation Planner Teleohone: 802 865-5833 Date: 7'17, 1, Sincerely, Arnie Perez, CPPO Direct,r Procurement Cepir:rrert E-mail. nlosch b,.r,i'igtonvt.gov 71 -3 _ _3" :1;v1C_ 31'i. .rr-r• : _ Carl of -ihair Daniel J Aifonso Clty Manager To 1Nhcrn It May Concern Subject Reference Letter for Engineer, as defined in RFQ No. 16-17-043 het Sedentobe"pld Whet Name of Prccaser: Local Office Landscape Architecture Name of Prcccsed Engineer Sam Goater (Street Plans, Sub -Contractor; The above re`ere.^ceti Proposer is res :onding to a e .est for Q;:a5 cations iRPC3 that has been issued City o` 41;ami Vier .lire the: the Proposer provids written referrces fcr their proposed Engineer. T' e. Proposer is requesting that you, as the Owner of the referenced project, provide the following :.--eation as well as any other pertinent information. Your insight is appreciated of Prciect: Hemphill Pestnpirg Plan Engineering Discipline Completed by Engineer on Project (e.g., c vil, structural, etc.): Civ'I Sc"-:n of'`rl crk for Rearenced Project: Restriping of Hemphill StreetIn FcrtViGrth,T{ Va Le. of Pry ec.. ,S5°!;c4; Value of Construction: s 1 .' milLon, phased Proit-Ict �.-• r 1 e n Ir Engineering Design Tyr= : r ❑ Des:.gr-ad-wild ❑ CM V P.,sk ❑ De.s gn-dui cl Q Ct 3e l ,: r pee,. a' cr time and within budget: El Yes © No 1 r : t' = r;crsed Engineer serve in this capacity on this pray,`." 't, months Q�_�3. J .. ;r•... ❑ Above Expectat':e—s © Avers ❑ Belcw Expectat:cns E'rc s a^d Cr' _ „_r s ❑ Above Expectai cns In Average In Be'•cw Expecta;,ors (?;: +� d .:".•s::•:na :rdizafes `ewer errors and :. r salons than anticipated by Project Owner Did Errors and Cmissicrs result in increased construction cost? Was the Engineer responsive? Was the Engineer timely with reviews and submittals? Did the Engineer ef`ect;vely resolve issues in a timely manner? Yes ❑ rlo El Yes ❑ No In Yes ❑ No ID Yes O No Please type it the field heicw to provide comments {?:ease use the attached 3dCltiorar page. as necessary) S3:F uoater d C an ex ellent job leading an important community discussion ai,out the reconf•yr,ration of Hemphill, a major thorougl-for-a tt ror.3h Fort Worth s central city. Sam .vas essential in developing design solutions to create a Name of Project Owner: Near Southside, Inc. Nameof Project Owner's Representative: Mike Brennan Signature of Project Owner's Representative: Title Planning Director Telephone: 8' 7-681-8213 Date. Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: mike -?nearsouthsidefw.org RFO•EE-R Revrsed &150115 '20 Cal) of `+lititni To Whom It May Concern: Subject: R-3 rance Letter for Engineer, as defined in RFC) No. 1 a-17-043. Norte of Propos::..'c:,t L :,.:ape Architecture Nacre of Proposed Engineer: ,.3atar (Street Plans Sub -Contractor) The above ref- renc-. Proccser is responding to a Request for Qualifications ( ' has been issuer by tt-e C = that the Proposer prc`Ide written references for then r: ose Engineer. The Pr.,..cse!. ycu, as the Owner of the referenced project, prc'r de the following irforrnat;cn as ,ti as anc : pert!rent information. Your insight is appreciated. Name of Project. `--hr'= rhood Traffic Calming Plan ~; e 5.d l re Co^rp:eted by Engineer on Project (e.g., civil,, struc:ural, etc.): Trarspert3ion Sfee + .ter Soo inn and G� n of Traft :: Calming on, Nine Cit.,- S Teets red ., Sri, for P.v r nce� Froj_• t: R J ;:g� g. ,r of Project. $ 33r rr, Value of Construction: $ 33r,C r,0 T y, c; Project: 0 Desi;r-B,d-Build ❑I CM ;isk 0 Design -Build ❑ Other C3:s:r.,:;t or completed cr time and within budget: 0 Yes 0 No How Icr,, did ;7-77 pr:_rased Engineer serve in this capacity en this project? Quality o , , _ 0 Above Expectations 0 Average 0 Below Expe�tat:cns Errors arc 0 Above Expectations ❑ Average 0 Below Expectations (� a; ales `ew r errors ar.d omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the Engineer responsive? Was the Engineer timely wfth reviews and submittals? Did t -e Engineer effectively resolve issues in a timely manner? ❑ Yes 0 No 0 Yes ❑ No D.Yes 0 No Q Yes d No Please type in the field below to provide comments (Please use: the attacn=_.1 avJoonal page as necessary). ins:lud^d .!xt :•ns,r public process, ar.d d,-velopment cf traffic calming out:ornes new to Putt and. including sini..snidai•rr.itil snlYrt humns and mini traffic. circler Name of Project Owner: City of Portland, Maine Name of Project Owner's Representative: Jeremiah J B3rtlett. PE, P T OE Sicratt.re of Project Owner's Representative: Title: Transportation Systems Engineer Teleohone: (207) 874-8891 Date: July 13. 2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: jbartlettpertlandmaine.gov ) RFQ-EE-R Revised 9-15,2C1e L_:i ,''__ ANTHONY GARCIA Tn of Street Plans C6)1lal'or.itive. in..! :21.i., the N I Lim. Antb.• in:: is reco,tnized architect. ‘1,:riter, speaker, pedestrian, ,ind vk int-ra,trticture. .k • a r.yri"•cr ,rk has al:pear:2.i t.7 1:21-77:). E CHes, .1.:11,:::"can City NI Nli I 1.2rall, Nl. N. 1•:.• 1.t.1,:.1*[[01[1,.T.)71%- 1, 3. it.).1".[-I.[:'," :2;1 .1,LI▪ serics Tictica: I — • : 2 Prize .r.-1,1 • T1.27. I. 1 'H.- - RBAN IS 1,11 2. ;1'..12-222.11-!, 1. 2:2:2.7_21 t ..2111C,...7-2 ,,[. .2 • 1‘. [2 7.• 1-17-.1[7:.[ ~:•.: I •••"- Scb. ! • : :•'' Trail it:- tl.e , , l.t. oT•nc,,y • spa-Je N1i.17H-Dici,t 1-c 1,1.1'1,11 t:••: E.°, 1" t••••!:--22:i ' 2 I; . • . • Ludlam Days Demonstration Projects, Miami, FL • Si:', -Le By Desi4-r. — East Somerville Neihborhood Master Plan and 1)cmoii,trarion Project, S• rville, NIA • Demonstratn Project and Form -Based Cede, Sin N lircos, Ti • fs.,i Pedestrian Improvement 1),ln:oust-ration Pi,..ijecr, Pon leraY, ID • P,..n..lerav Cr:en:a-ay, and Path,arays NIaster Plan, Pc,nder.P.:, ID • Vill.a.2:.t Pins!cre U.S. 1 Nfobilin" Plan, Pinecresr, FI. • 11.:.wh Bicycle Plan aria Street Dest4n GJ.1L,;Miami Beach, IL • University or`NIiatni Pedestrian Safety Smclv • Not-tb.kc,t Community Nlist,zr Plan, El Paso, TX, S:." 17'•''• • El Pis,, TX Plan El P.h TX Cirvwide Bicycle { • Bri7b.ton Boulevar..1, Denver, CO, Context-Sens:::.e S:Teet Des. ro Plan and Technical Assistance • Nlission N lister Plan, El Paso, TN, SmartCode Applicati, • El Paso, TX Plin El Paso Comprohenive Plan, Charrettc, and NV,2.1t..: • UrnYcr-ity School of • School of Arcbitectur,2, R l'r tin f Cry. • ELL-. Uti'n•er•-•it'..GriduiteSh 1 tDLS .2: • • B.A. UrI7an 2. Principal 1' The Street Elam; Collaborative I 2010 Prz.ient • Nliarni-D.Lic Transp,,rtat',,m N Lanni, FL A • Bisc.iy:,2 cr:%!2!": Urbanisn: Pilot Project, FL. • 1VA t 'rhanis•in Pilot Projects, • Tactical Urbani :Cs Guide to NIaterials Desi4n,211,) • and Barrio NI.Hter Plan and Tactical Urbanism Piaa Proiect. Carlsbad, CA • Bayfr in:: Parkway. Ntiami, FL, Tactical Urbanism Pip-ur Park 122 V..", 3,1 a SAM GOATEP, PE (f .i'_r i..1 I':.i ..., I:° at 1':1:.. a'.i`_.. ,.. 1'- ..,: Er _ .__..• t 0: of 110,v i:. _e: road u3tr beit.t) ior. tl' t::.. i..., liT L: :1 in Civil I. :CC.. S•ii`...i:'.:'" „ I 1,.• 1 '" {� 1'. , 1 - ll_. G ,I:,..__si at l:i,.. streett�e;' �111.1.Ce i'.`..i:'. l'! i.� t!'..i� 1 Fe., 55 ai:::,or h'i':ii: 1)" rnti: ,T t,) Fur h:. zn i:..,} t,, t:. , } h�:?; !_. t • ' -1�-.. - R'ot:Ia.a, on rikz, S.l.^.: h..l•'.5 ._ - .`^,.-_ t i'.:_.._ t., Sci:, ,,; ... ,r..? . _ . , .._..i ,'.... t_ :f17. S.l'.. ,._ l5 '..; ill, .l ir: City, I I i- _... • P: to Er. 21)14 Cnnne..ticuti • (...._- .— 200!k-)41)4 Planninl; Engineer Le Street Plins Collaborative 11, \ewYurk, \"5, 201 - Preient • \_,5 I I i I). ,,, . r:. T:.i:,:l )1titi,-.. Pl.iti, \ 55` H_iv, CT Senior k:,ociitte - Tr.iii;port.ition II Project for Public Space.; ; \T, NY, 2015 - 2017 • Conf_r.nce Director • C ;__..:t:::�" �' i.i ._. (� �kcr Chea•i•er Pr:=i.2.. �[ i .l_. - li.ti:et Iy= ::.. T`T:niphi!I 1-.",-t .:•r'• I _ I lu::tl:11,on p • I I, .-.i-.- iie. if.lti:� i.l::ain`„h: .1n FCt:.:;il`I1:, infrastructure, r,!'.:::•.:.i?�t111t. 5::ar • 'I[ t.l::._.._,_: ii 1ICT"I'CD..1.\SIITO, \_1C"1'Cy. CM' TIE a:i • C ,r:. _., ,l.i;ive Slat —ions re -write for FI I\V-\ • I'u11-1_, i. buiL i— Tran;port.ttion Engineer 11 I • Highway lhtii ,11 Connecticut Department ofTr.nl;portttion Project Engineer I I DuBois' & King I; Randolph, VT 2012 - 2014 • Plearic vehicle infrastructure planning • r.trli• .1n.1 Publications • Fllti� tveh;it- l 1~eel1 :l • \1',. _.! 1I 1 a i ._ - 11 5V th.. • Vs lii i. li i;, ll': - 'a1`f;rl' tir?., .t T3.. CT'e;-E:nt e,lrI I1'. 12014 -2015 _ . �' _' Ll:'ct5: 1P2 and Urc D3s .jr '23 Request for Qualifications Qualifications of Proposed Geotechnical Services Specialist Irstr'ictians Please Aiee •,re attac-erl 313 50re. page 35 7ecessar! l Proccser stall orov[de the `cilcw rg r.f,:rrnat:cn for at 'east :Tree (3) corrp'eled projects ehere :he'ndrndual dent;f led n ;he Proposer's Proccsal ser,ed 3s the Geotechnical Serzices Specialist'GEO1, as de%red r the P.Q. fcr the stated pro:ectyp-as-es Eacn project subrmaed s. Cute be. of equal or g`eater sc:ce size are acmpleer/ P.-woe all required +rfcr^ratiar arc submit this = 3rm `cr e3ch project, as -equ red D., 're Pryto, 3Lcrr,it a cor•pieted Firm'cr eacr project may resi.lt the Proposal being 'ejected 35 ncr•resocnsive Reference =isr-• =r•„- GEO-R must oe comdeled for each Farm RFC-GEO submitted. RFQ No - RFO Title ' L? ' Name of Proposer. Name of Proposed GEO: r D Name of Project: 1-'2•'• Address of Project: •• r. Name of Project Owner: A' sa j : Project Owner Canta:t Te'epnone V7.: - Brief S:ope of Project (add.bora( space or_vided): : i • Project Owner Contact t E-mail address: Project Owner Contact Name: 4 It ....,r1_ r. •a) IjI,_1,rr Value of Cosign Fees ;f 3cciiCacie,: Awarded: Basis for Difference in Value: ji r_ Value of Constriction {:f applicable) Awarded: f Bass for Difference in Value: t ` Actual: I' ' Actual: t1 N/A [j Project Completion 'ro. of:agora er jays: Projected: :� �.; C. "':'! `•: Actual: Type of Project: =j Des:gr-Bid-_;.r= Ceolgr!Build ❑ CM R;sk 0 Otrer {specify): LEEC or Green G;obe Certified Project: © Yas [t No if yes. level of Certification: Was work performed as an employee of the Proposer? Q Yes ❑ No T By- t I A El Signature rf Aut''cnzeo officer Date U•- Prntee. Name Title 4F: 1E: 17, Request for Qualifications Qualifications of Proposed Geotechnical Services Specialist Instructions 'P'eae 3@ac,tted itltlitiaral Gage as necessary° P^ocoser snail 7r=v re. the `c,ic urg .nt:r—a!:cr. !Dr 31 'east three. 3 ccr ip ete: ]r,Ie:ts N-ere :he rC:v'dtra- rentflect. :n '#'e Pr,ccaer s �rC oi3' seri% as the Geotecnrical Services Saec:mist (GEO) as De:.red ir::he RFC: `cr ibs stated 7rojectslahases Each arctect svcm:Ced shc.3C 3e of eq:jai or greater 3cc::�. 5and core -., «! P-c, ce ail required :rfor—ancn and 3uoret this Form for each pr:iect. as reet.red av the PF O Failure to st,bmit a ;nrr-r eie cr-r e3c" ar,ject may rest.i::n the P-occsal berg rejected as nc respons,ve Pafsrenca Farm ?-r- GEO-R. must be completed icr -3e, ; submitted. RFt; No . �'- ''i`I.n.7 R OT;.:e ' F' r.t Name of Proposer: Name of Proposed GEO: "+ Name of Project: Address of Project: �,L - "f ; r .11L.'f. Name of Project Cwrer: '#--'' i ^^k' ' .{1.'• Project Owner Contact Name: Project Owner Contact Telephcre No.: . _ • 7 ; Project Cwrer Contact E-mail adcress_ "%(' r r „ + I j•f • 9nef Scope of Project aad tterat scace rrtr.odel . �_ 1, �tYti • 1-.1' Value of ZeSign Fees;if acchcacie.: Awarded- > Basis for Difference in Value: Actual: # N.a ❑ Value of Construction /,if aociicacle! Awarded: Basis for Difference in Value: I. Actual: j 11 _ Ai,:� G Pr: ect Completion ;'o of ^ca erdsr is s. Proje.ted: `- ' {'+2` :. . ..! Actual: 2. ❑ Type of Project: [] Cescr-Sid-i.ila [Q i ,es;ra-;Bull; ❑ CM P=.sk ❑ 'Other (specify} LEES or Green Globe Cer:' ed Pre ect: G' Yes ❑ No If yes, level of Certi`cat:cn. Was work perforrned as an empicyea of the Pr000ser1 r Yea ❑ N4 B I �� .�.. f..�y-- i • 1-." I 5;g-'att.re of Aut'crzec ^Cf`cer ei:,t Prate. Name Cate l A: Title 115 Request for Qualifications Qualifications of Proposed Geotechnical Services Specialist IpS:ruC:iOns 'P'ea5e Oltze 'she 303C^ed 3uddit,a1 as lecesar- PT ;poser snail crcrrde:re'oflowtrg trfor^tatirr- ;r east rr -., served as the Geotechnical Services Specs iat "_ I. 3<_ : ci er'..al or greater scone size and _cr"p'e, Fauure e same*: a comp=_tea : `or ear-- GEC-P must be completed for each FL: m YFC-DEC s:.c -a::: RFQ No lt„-1-'-^ Name of Proposer: Name of Project: } a 4 . Address of Project: a N 1 - .t Name of Project Owner: R.=Q Title I • int-toieract projectswherethe miry cual ^dentlfted ^ :-e Pr:DP.3er'; Przcosat •'e =.FV, for the stated orcjec:s.ohases Each or -,act ;comtttec ;rcu.c - - ; :rmat:cr arc ;l.bma this Form for eact` protectas r=r, .r-34 - -oposOi being rejected as ,on-rosrons•ve. F.e':r'_nce aP -14 t Name of Proposed GEO: �. j .. ;-I:. ;:_:it ="; Project Clwner CprtacT Name: s Project Owner Contact Telephone \c : Brief Scope of Project iaCdrt.c^a ;;.a e or cac ;L� _+;^r"'.yl � '•'fir � r±- , "' • -" Project Cwrer Contact E-mail address: LI�'" ?'1 : •1 "r' ' ` '-• --, a:t'if11 -" :''r (?.f.rr'?..'--! ?"'•' A'rr"..:, Value of Des:gn Fees (.f app,icabte,: Awaried: 't =. - Actual: Il. r Basis for Difference in Value: 11 1-,- Ni:tQ Value of Construction (if aoplicatle' Awarded: Actual: 11 1 Basis for Difference in Value: t' NM 0 Project Completion fro of ca•erdar days; Proi e-ted: r :- _LL Actual: Tyre of Project: 0 Desigh-Cict-31,i1P Ce.sig:-i5u.ld 0 CV,WP:sR 0 Cther (scec;fy) LEER or Green Globe Cor'ified Project: ❑ Yes ❑ plc If p_s. le',el of Certification: Was warti prrrarmed as an e'tptoyee or the Proacser? f ',es 0 `+a By ;r Srgnatur=_ o+ A.,thcrzed Officer rr L.L'0,C =rrtee Name Cate r } Title 1E 7 l26- Q:itl' of {+h ..iiui To eetorn 11 May Concern: Subje : Reference Letter for Engineer, as dered in RFQ No. 16-17-043. 1rin-t: Nacre of Proposer: i } Name cf Proposed Ergireer: ,{ ; �;,,r'47', -1 1 trt (- +�,, e. The above re`e'er: ,,a Prcpcser is respcnd ng to a Request for Quafificat': es (RFQ) that has been issued by the Cry cf ,Miami We. require that toe Proposer provide written references fcr their proposed Engineer. The Proposer is reqeestrgg that you. as the Owner of the referenced project. provide the following information as well as any other perirent infcrnation. Your insight is appreciated Name of Project: 1 trnm i G'r11 Engineering Discipline Completed by EngireLer cn Project (e.g , civil, structural, etc.): . 4.'~ ti1ti�r;L� Sccp1eofeVortt forRe.fe.reecedPr;jae;: G.ee.bee'lfr`,.t_, _exc_tL,-f p, ' ') f r Va:Ge cf Proie:t: $ N I k" Value cf Ccnstruction: $ Tye cf Project: Ej CesigIn-Ed-wild ❑ Clk,L Risk ❑ DesigreBuild 0 Other ( Construction completed on time and within budget: 0 Yes © No Of to 44rus fit `1-4-1" 1 Hari Ic^g did the p-cpcsed Engineeryrve in this capacity on this project? cite r Quality of leeork: Above Expectations ❑ Average 0 Below Expectaticns Errors and Omissions IF,j Above Expectations 0 Average ❑ Below Expectations (Above expeciat:onns indicates fuser errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the Engineer responsive? Was the Engineer timely with reviews aid submittals? Did the Engineer effectively resolve issees in a timely manner? [7 Yes ,r No gr Yes 0 No Q Yes 0 No Ez Yes 0 No Please type in the field below to provide comments (Pease use the attached additional page, as necessary j tE '"y! Nacre cf Project Owner: V gl, i c f i Ua r0 ! rt(Z0 ter-1 GtrYCF Nacre cf Project Owner's Pepieseitative: pjk1�1 iF1, P+{O lntnra{ Signattee of Project Owner's Representative: Title: q " 12,o/sum IV/AA/Peg-4 Telephone: eiei\ 59$, i €1 Date: Sincerely, P.r..nie Perez, CPPO Director Procurement Departmert E mail: late\I *&A,e k rn , . ""— RFQ•EE R Revised ais5i2015 177 EVELIO HORTA, PH.D., P.E. BRANCH MANAGER ARDAMAN & ASSOCIATES, INC., 11.41AM1 EDUCATION: Ph.D. Technical Sciences in Soil Mechanics. University of Havana. Cuba. 1979 M S in Soil Mechanics. University of Havana. Cuba. 1976 B.S.C.E.. University of Havana Cuba 1969 REGISTRATION: Professional Engineer. Florida No 46625 Professional Engineer. California. No 77531 Geotechnical Engineer. California. No 2976 EXPERIENCE: Dr. Horta has over 45 years of varied experience in the field of geotechnical engineering. and has been with Ardaman & Associates for 24 years Mr. Horta supervises geotechnical investigations and prepares sub -surface exploration reports for a wide variety of projects including low to high-rise structures. highways and bridges. embankments. dares. and public work projects. He also supervises construction monitoring and testing on similar projects He also manages and supervises engineering services on environmental projects including Phase I and Phase II assessments. contamination assessments. and remediation. Some relevant experience includes: • City of Miami, Continuing Services Contract - Dr Hcr'a is project manager for the City of Miami contract as Ardaman has teen prcv'dirg geotechnical engineering construction materials testing. and hydrology services for more than 15 years providing a variety of ser,»cps en dozens cf varcus public works and infrastructure projects Examples of projects include. Miami Lade County, Continuing Services Contract - Dr. Horta is project manager for the Dade County contract as Ardaman has been providing geotechnical engineering construction materials testing and environmental sciences services to Miami -Dade County for mere than 15 years. providing a variety of services or dozens of various pubic wcrks and infrastructure projects. Examples of projects include SR 825 Improvement Program; SR 826;836 Interchange — FDOT, District 6, Miami, Florida 2000 Project Manager: Ali Togliani, P.E., FOOT Mr. Horta served as Senior Geotechnical Engineer for this interchange which includes 50 bridges on variable soil conditions The bridges will be separated on shafts and driven piles The soil investigation includes about 230 borings extended to depths of 125 feet below grade. • SR 836•RSRR Westbound to Southbound HRFT Connection, Miami, Florida 2008-2009 Project Manager: Mr. Scott Dean, HNTB Mr. Horta performed analyses of the foundation underpinnings based on the sresults of modeling of the structures using the Plaxis 3D program • Sawgrass Expressway Ramp Toll Plaza Improvements (US441 & Lyons Rd - New toll facilities/roadway improvements), Broward County (Bentley Architects + Engineers) Mr. Horta as Senior Geotechnical Engineer for this project which included the geotechnical investigation for the improvements and widening of five ramps connecting the Sawgrass Expressway to US-441 and Lyons Road. Standard penetration test and auger borings were performed up to 20 Mirr Ardarnan & Associates, Inc IS* '29 3!-• _3".;S_:S L'. '. r�r`i::..,Y� E"•J '' r9 Sr-'. 1ti EVELIO HORTA, Ph.D., P.E. (Continued) feet below grade Laboratory testing and engineering recommendations were provided for the new toll facilities and roadway improvements • NW 57 Avenue (W. 4 Avenue) from W. 21 Street to W. 49 Street, Hialeah, FL 2001 Project Manager: Mr. Ali Togliani, FDOT Mr. Horta served as Senior Geotechnical Project Engineer for this subsurface exploration and geotechnical engineering evaluation of the existing 1 5-mile section of W. 4 Avenue that will be widened to the west. Two new bridges will be required to provide access to lateral streets, retaining walls will be required along the existing canal to provide room for the proposed widening and the existing roadway pavement section was evaluated: Drainage and LER tests were performed along the alignment. Subsurface exploration was performed using SPT and Auger borings in accordance with FDOT recommendations. Engineering work included evaluating alternate foundations types • Port Boulevard Expansion, Port of Miami, Miami 2004 Project Manager: Mr. Julio Grave, Foster Wheeler Environmental Corp. Mr. Horta served as Senior Geotechnical Project Erg veer for realignment and widening of the Port of Miami access. Soil borings for roadway and a new bridge foundation were completed Berth 6 and 7, Port of Miami, Miami, FL 2003. Project Manager: Mr. Julio Grave de Peralta, P.E. (Foster Wheeler) Mr. Horta served as geotechnical Senior Project Engineer for the two additional berths at the Port of M;ami. The geotechnica! investigation included land and sea borings to 90 feet below grade. Geotechnical recommendations were provided for the design of the berths and the related retaining structures • Homestead Extension Florida Turnpike (HEFT) - Okeechobee Toll Plaza to 1-75 Widening 1998- 1999 - Prime Consultant: Kimley Horn & Associates, Mr. Murray D. Thornbeurg. Jr., P.E. Mr Horta served as geotechnical Senior Project Engineer for investigation of the five bridges included in this HEFT section and other geotechnical aspects of the project tnat includes the use of driving piles, shafts and shallow footings. • Homestead Extension Florida Turnpike (HEFT) - Tamiami Toll Plaza Improvements 1995-1996 Prime Consultant: Sverdrup Corporation, Mr. Gary Roufa, P.E. Mr. Horta served as geotechnical Senior Project Engineer for this project that extends from SW 56 " Street to SW 24 Street. Road widening bridge investigation. asphalt pavement survey and testing and noise wall investication was included in the geotechnical investigation. • Palmetto Expressway Improvement, S.R.'s 826 and 836, Florida Department of Transportation, District 6, Dade County, Florida 1991-1996; Project Manager: Ali Togliani, P.E., FDOT Mr Horta served as Senior Project Engineer for this project. He supervised a field investigation that included over 190 borings extended to depths as great as 150 feet. He also conducted detailed foundation analyses for foundations and embankments. including evaluating various foundation types such as driven piles, drilled shafts and shallow footings. • Weight -In -Motion Stations, Interstate 10, Jackson County, Florida, Florida Department of Transportation, District 3. Mr. Horta served as Project Engineer for this project. He supervised field and laboratory investigation for two Weight -In -Motor Stations and four Static Scales. He also conducted all the engineering analyses and provided recommendations for different alternatives to reduce settlements of the proposed stations to a minimum. Foundation evaluation included slope stability, preloading vertical drainage. drilled shafts. and excavation of compressible soils. • South Florida Rail Corridor, Phase 11, Double Tracking and Signal System Update, Dade County, Florida Mr Horta served as Project Engineer for the geotechnical investigation fo.r this major modification to the current Tri-Rail System, MEW 111 Ardaman & Associates, inc. v" t._ _. nd3c]r;.? a,c1 Urh,a'^ 129 EVELIO HORTA, Ph.D., P.E. (Continued) • South Florida Rail Corridor Phase II - Hialeah Terminal to Hollywood Blvd. 1995-1997 Prime Consultant: HDR Engineering. Mr, Tom Kuinjan, P.E. Mr Horta served as geotechnical Senior Project Engineer for the new railway tracks and two new bridges along the 11 miles project alignment Field and laboratory testing were performed that included deep standard penetration soil borings pavement survey and asphalt testing • MIC-MIA Elevated Railroad. Miami International Airport 2002 DAC Project Manager: Mr. Gasser Douge, P.E. Mr. Horta served as Senior Project Engineer for the new e'.evated railroad connecting the MIA terminals with the new complex of car rental east of LeJeune Road The geotechnical investigation included deep borings. laboratory testing and studies to provide recommendations for piles and shaft foundation for the new continuous bridge structure and its maintenance facilities. • Central Boulevard Expansion. Miami International Airport (MIA) 1993-2000 DAC Project Manager: Mr. Chuck Bassil, P.E. Mr Hcrta served as gectechr,ical Senior Project Engineer for the expansion and improvement of the entrance road of MIA that includes widening of the existing Central Boulevard. N'/V 20 Street west of LeJeune Road. six (6) new bridges and widening of eight (8) bridges Field and laboratory testing were performed that included deep standard penetration soil borings. drainage and asphalt testing • Parking Garage No. 6, Miami International Airport (MIA) 2000 DAC Project Manager: Mr. George Garcia, P.E. Ivy". Horta se-ied as gecte no,ca' Se.^i:r I t E- c:" ` r tt-e net s:x (3 story parking structure Field and laboratory testing u'.e _SPT bongs. foundation alternatives and protection of adjacent structures • North Terminal Expansion Program, Miami International Airport, Miami, Florida 2007-2009 Project Manager: Mr. Enrique Perez. (Miami -Dade Aviation Department) A;daman is currently performing at soil testing foundation inspections. pile installation observations and materials testing for 18 different projects within the scope cf the North Terminal Expansion_ • South Terminal Expansion Program, Miami International Airport, Miami, Florida 2006 Project Manager: George Garcia, P.E. (Miami International Airport) Mr. Horta served as Senior Geotechnical Engineer for this project which included the design and construction of the new terminal plus the new Concourse J and remodeling of Concourse H. Ardaman performed all soil testing and foundation inspection and testing for the new terminal (J) and remodeled terminal (H). Miami International Airport, Concourse A Terminal Expansion Mr. Hcrta served as Project Manager for this project that included foundation and soil testing including compaction testing concrete strength testing and field testing services including field and plant inspection of asphalt. • Miami International Airport, Concourse F Renovations Mr Hcrta was Project Manager for this project. Services included foundation and soil testing including compaction testing concrete strength testing and field testing services. • Miami International Airport, Satellite Bridge Concourse E Evaluation Mr. Norte was Project Manager for this project performing foundation evaluation for the existing bridge improvements. review of previous soil investigations and tests and analysis of soil conditions and predicted soil -structure behavior under the proposed new loads • Miami International Airport, Proposed Concourse H Geotechnical Investigation Mr Horta was Senior Project Engineer for this project which consisted of soil borings and Ardaman & Associates. Inc. 130 ^u ��: !•B --'r...11 - j' 3'" _1 1',_tom- 5,; ,_- r., C^.]i•,z.?r rg Sr?r,F A ir. EVELIO HORTA, Ph.D., P.E. (Continued) geotechnical report for the proposed structure. • Watson Island Marine & Hotel, Watson Island, Miami 2003 Project Manager: Mr. Joseph L. Herndon. Flagstone Properties, LLC — Additional Services 2009 Project Manager: Mr. Michael Pelczar, Flagstone Properties, LLC M- Horta served as Senior Geotechnica! Project Engineer for a new mega yacht marina with two high-rise hote'.s and parking garage.'mall structures Land and water borings performed to 85 feet below grade allowed foundation recommendations for the proposed structures and for all retaining and mooring structures In 2009 Ardaman performed more borings for this project and also for a proposed artificial reef • Maiden island Development. Maiden Island, Antigua, West Indies 2005 Project Manager: Mr. Cesar Molina R.A. Mr Herta served as geotechnical Senior Project Engineer for this project which included a new marina multiple one and two-story structures. a lighthouse on this small island. A total of 17 borings were performed to 30 feet below grade to provide foundation recommendations for the assorted structures • Ring Theatre! Sherman Family Stage, University of Miami, Coral Gables (2000) Dr. Horta served as senior project manager/engineer for this project which involved the Shell structure cf the roof was load tested to prove that the proposed additional load from modifications to the theatre c ;u!d be supported A full scale Toad test was designed with the approved of the Structural Engineer (Brill. Rodriguez. and Salas) and modifications were performed with substantial savings for the University cf Miami. • FIU Parking Garage(2004), University Drive, Florida International University, Miami, Florida Dr Hcrta served as serror project manager'en 'neer for thisproject which involved eotechrical p l � g g-.,._. investigations for two (2) new four-story parking garages The projects were defined in areas occupied with existing sports fields and parking areas The geotechnical investigation was performed in close ooardin.ation with University authorities to cause minimum disruption to normal activities. Spread footings were recommended and were used for these heavy structures • Park Square at Doral, Miami, Florida Mr. Herta was Project Engineer for this project which included a ful! range of construction materials testing including soils concrete and masonry on an eleven -story concrete building with an adjacent four-story parking garage. • YMCA Village Carver, Miami Florida Mr. Herta sie:nved as Project Engineer cn this twelve -story concrete structure which was developed from 2008 to 2202. Ardaman's involvement included providing all of the construction materials testing services for this project. • Basketball Gym Building (2007) St. Thomas University, 16401 NW 37th Ave., Miami, Florida Dr. Horta served as senior project manager/engineer for this project which involved geotechnical investigation for the new basketball /gyre building. A total of four standard penetration test borings were completed as well as 3 exfiltration tests for drainage design in related parking areas. The work was performed on functional sports fields coordinating with University authorities. Spread footings were recommended for the project. "DDD' School, Dade County, Florida Mr. Horta served as Senior Project Engineer provided geotechnical investigation of the proposed buildings for the school. The investigations included soil borings and test pits. Important savings were obtained based on investigation results simplifying soil improvements recommendations lslamorada Wastewater Plant and Sewer Main, lslamorada, Florida Mr Herta was Senior Geotechnica) Engineer for this project which included the design and construction of a new wastewater plant and collection system through part of lslamorada that extends 1414 1 Ardaman & Associates. Inc —. Lcca' ,0.:,,_e Larclsc3ce 3ra Urwan Des.:" 13` EVELIO HORTA. Ph.D.. P.E. (Continued) for about 8 miles The geotechnical investigation included borings between 2C-30 feet. • Plantation Key Wastewater Treatment Plant and Collection System, Plantation Key. Florida Horta ,vas Senior Gectec,hnical Engineer for this project which included a new wastewater plant Kay Ardaman provided over 50 borings for the recommendations of the proposed and other geotechn}cal aspects of the project. • City of Marathon Wastewater System, Marathon. Florida Mr Horta was Senior Geotechnical Engineer for this project which included over 40 borings that were completed to define soil characteristics along the existing vacuum sewer mains for the City. Local Residential & Commercial Projects, Hollywood, Florida Mr Horta as project engineer performs soil boring descriptions and foundation alternative analysis for various proposed structures and additions in the City of Hollywood area • Sheridan Plaza. Hollywood. Florida Mr Horta provided gectechnical e,ng'r.ee.ring and foundation recommendations for this shopping center • Fire Station #16, Homestead, Florida Mr. Horta as project engineer provided geotechnical engineering and foundation recommendations for this proposed fire station. • Birch Pointe Building. Ft. Lauderdale, Florida 11,1r. Hato served as Project Engineer for this gectechnical investigation of this 1 1-story building on Ft. La e ua'e's Intercost3ls 'Plate.rway He supervised the field investigat,cr which consisted of deep st3—duid penetration sail borings and conducted an evaluation of foundation a tematives. • RDPCC Building. Dade County, Florida Mr. Hcrta served as Project Manager for the inv=_stigaticn'of this distressed building He supervised a field drilling program to ascertain the cause of the apparent settlement and prepared a recommendation for underpinning the structure to inhibit further settlement_ • P & L Auto Paris, Opa Locke, Florida Mr. Ho to served as Project Engineer for this site that was contaminated with petroleum products Contaminated soil and water were found in an initial investigation. Mr. Horta supervised the field investigation. well installation and water and soil sampling during the preparation of the Contamination Assessment Report (CAR) preparation. He also completed the Remedial Action Plan and supervised site remediation activities • Auto America Motors, Opa Locka, Florida Mr. Horta was the Project Engineer for this site. that was found to be contaminated with petroleum products The investigation included SPT borings, monitoring wells installation and water sampling and analysis A Contamination Assessment Report, foilcwed by a Remedial Action Plan that included excavation and disposal of contaminated soils A monitoring plan was established until water contamination levels were found to be below allowable limits. • Robert's Radiator, Hialeah, Florida Mr Horta served as Project Engineer for a contamination resulting from two different chemical products which were found at two separate locations at this site A Contamination Assessment Report that included SPT borings, well installation. soil and water sampling and testing was completed. Also, a spill prevention control and countermeasure plan was performed in order to bring to facility into compliance with County requirements. A Remedial Action Plan that included contaminated soil disposal and monitoring the water was performed • Closure of Old South Dade Landfill. Miami -Dade Solid Waste Management, Dade County, Florida itNif ■ Ardarnar, 3 Associates. Inc. MMOSII ' j ) Deis .^^t.e? EVELIO HORTA, Ph.D., P.E. (Continued) Mr Horta seise 33 ,:7'.a.. an's Project Manager for liner QC testing for this lanai! closure project The project irc:L.; _s des°".. :. oe and nondestructive testing of the synthetic liner and inspection of the liner placement as rrei! as gectechnical testing of the bedding and cover soils and soil for the berms Mr Horta also wrote the C,AIIQC manual for the Pond 'C' sand blanket and supervised pre- quallfication testing for the material proposed for this blanket. North Dade Landfill. Miami -Dade Solid Waste Management, Dade County, Florida Mr. Horta was a Project Engineer for the design and construction of this municipal solid waste facility He was involved with se.veral aspects of the project including the subsurface exploration prior to design stability analysis of the landfill slopes and foundation and inspection of the sand cover during construction. • City of Sunrise — Projects with various clients: Mr Horta has served as Senior EngineenReviewer cn the following projects that included a wide range of geotechnical and facilties engineering services: • Dan Cytyrn Office Building i Geotechnica! • Sunrise Pump Stations Materials testing • Beef O=Brad/-s of Sunrises Building inspection • FPL Substation. Sunrise Blvd — Material testing • Proposed Edition to Existing Library s Materials testing w • Proposed LA Fitness Center — Geotechnical - • Proposed warehouse. Saw Grass Mills Circle - Materials testng • Proposed hotel. Sari Grass Mills Cirole.'Red Snapper Road — Gectechnical • Panther Area Interchange - Quality control inspection_ • Proposed A.,rtrust Ban. N'N 91 St & Oakland Park Byrd s Geoteohnica! • Panther Area Interchange - Dually Assurance during constructcn of the interchange connecting the Sawgrass Expressway'and the Panther Arena. City of Miami Gardens — Projects with various clients: • Proposed Goodwill Site (materials testing) • St. Thomas University Physical Plant (materials testing) • CAA Opa Locke Headstart Facility (materials testing) • Carol Cty Community Center (materials testing) — client: City of Miami Gardens • Various street repairs (materials testing) • Proposed Warehouse (a`' NW153 St and NW33 Place (geotechnical evaluation) • Proposed Target site (contamination evaluation) D4I41 EXPERIENCE INTERNATIONAL PROJECTS: Golfito Marina, Bahia Escondida Marina Realty, Costa Rica Retained to provide peer review of geotechnica! engineering associated with a major marina development including stability of slopes and marine facillt:es foundations (piles bulkheads. piers and retaining walls). • Las Canoas Dam, Managua, Nicaragua Designed and built for irrigation purposes about 40 km from Managua. the dam is 45 meters high and one kilometer long with a sandy clay core and rock ill embankment. The dam was designed in a highly seismic area with an active fault about one kilometer downstream. An extensive grouting program was implemented to control seepage through highly fragmented volcanic rock. A 1200 m't seo spillway and 8 m'fsec intake structure was part of the design. • Baconao Dam, Santiago de Cuba, Cuba This 110 meter high, 450 meter long dam is still under constructor and was designed as a clay'rockfill dam. A diversion tunnel with a shoe horse section (8 m high) was constructed to allow the ccnstrcction of the upstream cofferdam (part of the embankment) and perform foundation treatment that included grouting to 80 meters into the river bed Intake structure is a 2 km long Ariaman & Associates. Inc. MAI _.C3 Q' >> _3^ ts.=3C.' 3•'i .. 3�• C:._ " _ '33 EVELIO HORTA. Ph.D.. P.E. {Continued; tunnel • Moa Dam, Holguin, Cuba A. ° t-rreter-high clay core:rockfill dam was designed and built with a la_ert,c (residual) clay core in an area where the rainy season extends for most of the year creating serious compaction problems A 130C m'rsec spillway was built on highly fractured rock. Consideration was given to rock fracturing drrecticn in sdllway Iccat en and design Extensive cement grouting Was addled at the foundation to depths of 50 m • Cauto el Paso Dam, Bayamo, Cuba Designed and built an the longest Cuban river, the dam is a homogenous day structure 20 km long and 35 meters high. A two -mile -long. 30-meter-deep slurry well was constructed to control seepage and improve slope stability. The main spillway for 4:C0 cm','sec was designed with segmented circular gates 10 meters high. The gates were supported over 20 meter high concrete crest bearing on soft. sods Three intake structuresVfcr 2:1 m'isec were designed for irrigation purposes. • Lake Gregory Dam, County of San Bernardino, California (2010) Conducted a deformation assessment and developed remedial options for the darn stabilization under design earthquake conditions. The 110 feet high dam was built in 1936-1933 and has been upgraded in accordance with current design standards. The deformation assessment and effect of remedial actions were studied applying the design earthquake accelerations tc a two dimensional numerical model of the dam. S Ardaman & Associates. Inc. 13-1 ii'= ".ri ti:_ 1'_' .__. a �• _ n.� j.�r,'- _r E4, i ^r.r 3 :1 ],.�„�•A 'i,_ Request for Qualifications Qualifications of Public Relations Specialist RFQ Title: Urban Desi; , ?. Landsc3_ ct ,r.2 Engineering Services for RFQ Number: 61 17 oY3 Maggie Fernandez, LEED Green Associate Name of Proposer: In the space provided below describe the experience of the firm's Public Relations Specialist. Please describe the education, skills, and experience in detail. Maggie Fernandez, LEED Green Associate With over 20 yearsex_=•fence in the puhl'c sector including pubs:c pokey advocacy. project managemet. strategic comma-_ ands }. 'ability, M. Fernandez has the knowledge of and connections in government and community to achieve success. A civic entrepreneur driven by her passion to create and sustain li•va'° -,__ _;ri_ies with vibrant economies, Maggie has helped clients navigate efficiently through complex gov'err•. _, J :ommunity networks in order to ensure that their programs or projects are effectively implemented. b - ,s development goals are met, and strategic messaging goals accomplished. Having worked directly with a Yfi„e-variety of South Florida's leading governments, community organizations, environmental non -profits, management consulting firms and creative agencies, she understands her client's needs and how to communicate them effectively. While serving as Assistant to the County Manager in the $6 billion Miami -Dade County gJJernm_nt, she gained in-depth experience in sustainahilo;y, communications, water and waste infrastructure, capital improvement, and business development. Hands-on public and media relations, as well as special event production and logistics, experience was gained while in the Miami -Dade Mayor's Office of Communications and serving as the City of Miami Beach Special Events Director. As a member of the Greater Miami Chamber of Commerce (GMCC and as a key member of its Resilience Committee, Maggie works diligently to educate members and the business community about important environmental and infrastructure issues facing the Miami -Dade community. Her achievements have been recognized by Miami Today, the GMCC and Dream in Green. TECHNICAL SPECIALTIES • Public relations and outreach • Public policy advocacy • Project management • Strategic communications • Sustainability EDUCATION • Bachelor of Science in Political Science - Spring Hill College (1998) CERTIFICATIONS • LEED Green Associate RELEVANT EMPLOYMENT HISTORY • sMIA / Sustainable Miami: President (2013-present) • Miami -Dade County: Sustainability Program Manager for Outreach & Public Affairs (2009 to 2013) • Miami -Dade County: Assistant to the County Manager (2003 to 2009) • City of Miami Beach: Special Events Director (2000 to 2003) • Miami -Dade County Mayor's Office: Media Relations Coordinator (1998-2000) itl'J i'I: __ -9 .7` ,_3 L.3,'•i' ace 3^i1 urn-�- '35 Request for Qualifications Qualifications of Public Relations Specialist Please utilize the space below. as necessary. SUMMARY OF QUALIFICATIONS • Over 20 years' e<perie.n.ce in government administration and development of strategic plans and communication strategies. • Experience in crea`'r'g and ')grams with proven results in a wide range of Specialties including sustainability. a -d outreach and c--i-'•..rications. • Subject Mat.:Expert. in 5.:,-a : :-id Climate Change planning and messaging. • Demonstrate -a lenity Li ,hi:h dents and stakeholders through excellent oral, written, and present a:.c . skills. • Proven cat ability to lead strategic planning and performance improvement projects and implement solutions that deliver results. • Project management experience with a proven track record on managing multiple projects simultaneously and delivering results on time. • Ability to analyze complex organizations and deliver innovative recommendations and solutions with supporting data that align to the organization's and leadership goals and mission. a T.;- -i" � �' 3"-} _l''::1i:1F: •p fir- -=-'-^r.� = g 2 "'s �' —_' —r i,. ., d'e Cat) cf ffiilint .., 04, • Daniel J. A:fons.J C�tf Mar.ager To Whom It May Concern: Subject: Reference Letter for Public Relations Specialist, as defined in RFC) No. 16-17-049. 4iNtlitiommonwOdeaNthewt, Name of Proposer: Local Office Landscape & Urban Design Name of Proposed Public Information Manager: Maggie Fernandez The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. ir'ie require that the Proposer provide written references for their proposed Public Relations Specialist (PRS). The Proposer is requesting that you, as the Owner of the referenced project, provide the followr,, information as well as any other pertinent information. Your insight is appreciated. Name of Project: '''° E•LA3 - Vrater & Energy Learning and Behavior Project Scope of V ark for Referenced Project: Comm urity Out -each & Education Program ,Manage - Value of Project: S96,ccG Value of Construction: S"t,.a Tyre of Project. Q Des ,- c-Build ❑ CM,vFrs:k ❑ Design-B.ild ❑ Other (Co",rnt/ O-.. 3.n Cor-strsct.cn completed Gr. . Err? and within budget? 0 Yes ❑ No How long did the proposed PRS serve in this capacity on this project?2 years (September 2 13-2015', } (Duality of Vicrkk: Q Above Expectations ❑ Arera,e ❑ Below Exrectaticrs Errors and On-issons: Q Above Expectations ❑ Aierage ❑ Below Expectat ors (A.::c•+e e*.-._-•;, i'r, `•.,:Lr arr;rs and ormssicns :han anticipated by Project Owner.) Did Errors and Omiss%ons result in increased construction cost? Was the PRS responsive? Was the PRS timely with reviews and submittals? Did the PRS effectively resolve issues in a timely manner? ❑ Yes [; No [] Yes ❑ No ❑Yes No a Yes ❑ No Please type in the field below to provide comments (Please use the attached additional page, as necessary)' See attached additional page Name of Project Owner: Jenny May. Dream in Green, former Board Chairperson Name of Project Owner's Representative: Lauren Ordway Signature of Project Owner's Representative: Title: Executve Director Telephone: 610-3g3 8887 Dave: July 25. 2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: lau ren,1d rea m i ng reen.org RF 1-PR-R Revtsad 50902017 7.C' 7' cs _ ird :ac : 3r'C. rD.3r, D. -J r. ,3' CIO) of S+�ic�Illi Please utilize the space below. as necessary. From Se-.. Marra; dev'e'r- • Glade . • _ tc c• erni�a�:cis. Daniel J A,fjnsc. City Manager s 1.' : i r •de:, '-ough Sustainable Miami, sen.ed a, tn- Pro ram '.� 'f'; :ter =. =rer ., Learning I Behavior Project. (n this capacity M.agge. "� -'^".c'',! -" •i.`=-CAB a _ a between Dr -aril in Green (DIG; aro' tre M,ar'.l �eoa funde ay the Environmental Protection agency - cr hc•;v wa •_r and energy are interrelated in order to r'vrmed decisions regard ng water use. Through 52 school and ;: A3 rea•:he•d 1,50S households, and saved 3.317 millicn gallons of t _ ... _ .. of e'ectrfcit;r, and reddced over 1.23 mi'licn pds of Gi ; :; prothe public I.• _i'�y`I? ',•id?� ?�c=vb,.t•. _"_i ,� ._' .I=_� �_G• exceeding outreach and 2dUCat,Cn goals set by E?A and staff Tri; ; t-r; ugh the mea;jrable result; of the program, fv'3gg'e's in- depth knowledge of and r_: r ,:.r.ships within the community and local government, coupled with her endless amount of energ and LEED credentials, seared the program well and was a big part of its success. We highly reccrnrnend %l ag•g e and Sustainable Miami for•ary community and public relations project. RFC-PR-R PewseC 5. 19r^_G' 7 133 Pti0 r`,- 1.7-17-.'1-1 U':3,11-_1,-:3=4c .`.r ih�r:'- _r,� _ _ -;{ , .,• Request for Qualifications Qualifications of Art Specialist RFQ Title: Urban Design & Landscape Architecture' Engineering Services for RFQ Number: 16-17-049 Name of Proposer Nina Johnson 1n the space provided below describe the experience of the firm's Art Specialist. Please describe the education, skills, and experience in detail. I have known Nina Johnson for many years as a colleague in the art field and first had the privilege to work together on a major public art project for the City of Bal Habour in 2013. The project was by artist Christy Gast, whom Nina represented at her gallery, and she helped us coordinate and implement all aspects of the artworks installation, exhibition, deinstallation and continuation on to both the Bass Museum of Art and later to the Perez Art Museum Miami permanent collection. Working with Nina was a pleasure. Her art expertise lent greatly to the project and helped us to contextualize the project to our committee and also explain the work through didactic material to our largely non -art audience. In addition her understanding of artists helped us troubleshoot a{l aspects of the project easily, program thoughtful and provocative tours and talks, and ensure the everyone was thrilled with the outcome. Nina also worked with us on producing a limited edition artwork in conjunction with the project which was a highly successful and sought after work. She also spearheaded the negotiations with both museums who exhibited and finally collected the work. This was a huge kudos to our then fledgling art program, and could not have happened without her. I could not recommend Nina Johnson more highly for an art advisory position. Her knowledge of art history as well as contemporary art is unsurpassed, and her patient, open and insightful character fosters a wonderful work environment. Any for further questions please call me at 917 704 5319 Claire Breuke{ Curator Bal Harbour Village L -3I ,Of 1 LA, Ns:aoe and Urr_,3n Desg, LLL. 139 Request for Qualifications Qualifications of Art Specialist RFQ Title: W''N'NOOD 3RD AVENUE VVOONERF RFQ Number: 15`17 049 Name of Proposer: LOCAL OFFICE LANDSCAPE & URBAN DESIGN In the space provided below describe the experience of the firm's Art Specialist. Please describe the education, skills, and experience in detail. Education : BFA - The School of the Museum of Fine Arts 2005 Boston. MA BFA - Tuffs University 2005 Medford MA Nina Johnson is the founder of a contemporary art ga".1ery located in Miami. Florida. For the past 10 years the gallery has presented a rigorous program of solo and group exhibitions by a wide intergenerationai mix of internat onal artists. The program beasts a vast educational and outreach component and seeks tc create a two-way window into a g!oba! art diaog Johnson often works with private developers to build comprehensive art collections fcr both interior and exterior spaces. Many of the artist represented by the gallery have, been finalists for numerous public art projects. including those execute by Bhakti Baxter for the Port Of 14,1iami. Christy Gast at Ba Harbour and N ccias Lobo at The Underline Eschewing traditional models for commercial an spaces N:ra Johnson works extensively with institutional partners throughout the community to create a broader a.wd,enca for contemporary art. as well as to provide a commercial platform for artists of international renown to e <hibit. place work. and forge relationships in Miami. Nina Johnson -Milewski is also the creator and Chair Emeritus of the Knight funded, Miami Rail, 140 RF » N.S �'��] N1 t r. _I'_�,1-l) ,Jr,.,v' 1 3,.:1i,:3C•' ar_ .. ;..r, Er•. -I,.. .pr.rci ces *2r'4%Jr' T.ttr1 of 41-liiitut a, To 'Mom It May Concern. Si -Cleo:: Reference Leger for Art Specialist as derned in RFQ No. 16-17-049 Djr:,el J Alfonso Cry hMa.,ager Nar:e of Proposer: LOCA;.OFF;CE LANDSCAPE AND URBAN DESIGN Nar'e Cf P-occs a- _ �' ._. VIA JOH'ISCN The acc^, _ sa , 'c a Request for Oual.f'cat:cns (RFO' that has been issLed by the O o .r.;'.:re P-ci cse- ;rov;de written references for their propcsec Art Specialist (AS) The _ : rr� that you as the O:ti^.e' of the refers^.ced project, provide the foilowirg irforma: , a ,. a, a -ar per:;rer:t .rf;. ~at.cn Your s:y^, s az,prediated Aga^ e of Pr::ject: } Scope of W::: c fcr P. f e^,Ce.' Pro ec1. ART SPE°LrALIST �i a!LP :f Project: S' r•; pas Va!i. e cf Ccr.str•..ct:cr: Tice cje'v... 0 l ems. jn-E,i!id "_- � -.(' 7/ I-7, Cc s:._'c.. c.y^^._ v u., = a-d . 7r. .^udca:? El Yes ❑ No "cr. Ic :g • .:,.e pr. i.: A :a:ac + as AS on this project?4 W'L;:, =: Quay 7/ ci�'io-s. L r-UCr Ex;:e .a:.c-s 0 Average ❑ Ee'cw Expectat.cns !rs a ' C. L3Cr_ ❑ e Ex: c a:,c-s ❑ Aoe•oge 0 Ee!ow Expectations e'.spes:a',on5 'ram,^3,-� `cN:.. > a 3^r. r-..Sa crs :f 3^ arec' Dy rz•op c Cw'rer.i Did E ..rs and Or,.s3.cr:s r es,it in :r.creased eons .'Lc on ccs•9 Was the AS resper:s:ae7 Was the AS timely w'th reviews and sLbm,ttals? Did the AS effectively r esclve iss:.es in a timely manner? ❑ Yes ❑No CD Yes ❑ No [l Yes ❑ No O Yes Cl No Please type in the meld below to provide comments (Pease use :he 3Cacred additicnal page as aeces$ary! PLEASE SEE BELOW Name of Project Owner: BAD HARBOUR V'LLAGE Name of Project Owners Representative. Ct a RE BREUKEL Signature of Project Owners Representative: Title: PROGRAM CURATOR Telephone: 1 917 7C4 5319 Date: 07;2612017 Sincerely, Annie Perez, CPPO Director Procurement Department E mail: CLAIRECL4IREBREUKELCOM L3PdiC3C0 and Urb,Ir' LLC .4- (fit!? of Ic ztlll Daniel J. A;f;nsc City Manager Please ut.lize t"e space below, as necessart 1 have. known Nina Johnson for many years as a colleague in the art field and first had the privilege to work together on a major pudic art project for the City of Bat Habour in 2013. The project was by a-t;st Christy Gast, whom Nina represented at her gallery, and she helped us coordinate and implement all aspects of the artworks installation, exb•h t:on, de nstalIation and continuation on to both the Bass Museum of Art and later to .he Pe-ez Art Museum M.anni permanent collection. w't:n Nina was a pleasure. He' art expertise lent g-eaty to the project and he -ems us tc contextualize the project to our committee and also explain the work th,"pugn: c:dact c material to our largely non -art audience. In addition her understanding c a-:s:s ne'ned us troubleshoot a:1 aspects of the project easily, program thoughtful and :ro'rocat ve tours and talks, and ensure the everyone was thrilled with the outcome, I'v r a also v. pried wti us on a limited edition a 'w'rark in conjunction with the proje:t ' '' i;" V,as a highly s:...cess:..., and sought a ter v,o, k. Sne also spearheaded the regot.ations with both museums w-o en .ad and finally ccl!ect.ed tne work. This was a huge kudos to cur then fledgling an r og-ar, and could not nave happened without her. l could not recommend Nina Johnson more highly for an art advisory pos'tion. Her know!e<dge of art history as well as contemporary ant is unsurpassed, and her patent, open and insightful character fosters a wonderful work environment. And for further questions please call me at 917 704 5319 Claire Breukel Curator Bal Harbour Village R FQ-R a'-R 142 167-' ) Jrr i'' D c2yiqr, 3F'.r1L3P,"IS,:.iw ? ar- r,,_-_}r,-, F,...) , ,,sr,0;7 S., , ?., r,r y 1 'r? ]� N 'J 3, 1 Nina Johnson -Milewski Director/Owner Nina Johnson, formerly known as Gallery Diet, Nliami, FL 2007 —present Programming highlights include the first Nliami exhibitions of artists Jonas Mekas, Awol Erizku, Ann Craven, Katie Stout, Betty and Francesca Woodman, Rochelle Feinstein, Clifford Owens, Aki Sasamoto, Christy Gast, Bridget Baker, as well as alternative proiects with Proyectos Ultravioleta and Artblog Artblog with Joshua Abelow. Miami based artists exhibited include Bhakti Baxter, Emmett Moore, and Nicolas Lobo. The gallery also manages the public art proposals and commissions for gallery artists, Bhakti Baxter, Nicolas Lobo, Emmett Moore and Edwin Beauchamp, among others. Publisher/Founder Miami Rail, Miami, FL 2012 —2017 An editorially independent expansion of the Brooklyn Rail produced both in print and online four times a year. Funded by the John 5. and James L. Knight Foundation. Art Consultant Baz Baz Development 2014-2015 Advise on the development of cultural programming for a new mixed -used development in Wynwood in addition to build the core collection with an estimated value of $lmillion. Art Consultant Regalia Beach Development 2013 — 2014 Advise on the acquisition of $1.5rr.illion art collection for the common area spaces of the Regalia Condominium in Sunny Isles Beach, Florida. Community Engagement The Miami Rail Chair Emeritus 2017 — Present institute of Contemporary Art NEXT Committee 2016 — Present Perez Art Museum Core Creative Steering Committee 2013 - 2016 Moderator, Tony Goldman at Bal Harbor Art Nights 2012 The Miami Art Museum Contemporaries Steering Committee 2012 The Museum of Contemporary Art North Miami Leadership Circle 2011— present Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified Ir Form RFQ-QT Month 1 is projected to start cr the 3month 1912 days following the RFQ due date i if the RFQ is due in Marchthen hlorth 1 would be June; RFQ Tide: 5',;r"wood NV/ 3rd A,renue Vroonerf Name of Key Personnel: je'n:f., sofs:ad RFQ No.: l.5-1 O43 Tide of Key Personnel 'for this project:: L'ad Des'cn 1_ Name of Project Owner of Project Value of Project Role in Project Status of Project P = `: _ .:. z.:Jr - . '.,' •;e Lne C r �a' [ `w;y Yori: _--3norric Deyelor r- S9CC 400 ?-,oject Manager v _ar seace P ;,' t,r1cy Im2rrYidrr:L-bl De+, t'a::ae•s 515. 953 Pnrcipal Landscape Arch CA ..c 3-1 ;are-e,.. \ior:.. ] •la_,.= 1 Partneri Principal Landscape .A.ch1DD i7 i' i3, ')© P• nc pa and_ _ _ , . rt'3; P a:nr nth § -' '': P' nc cal Landscape y,ey Abased On % of time cer month M3rtri 1 25 Month 4 25'° Month 7 25'e M-srtn 10 25': 1r1_rt- 13 25', loath 16 25'1 141cntr _ Mont- 5 ,5 Msrtn ? 'a'' Mont-, 11 23 Month 14 25 Month 1? Accre r'a`.ors PD= Pre -Des gn P=Permitt;rg SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 25'^ Mont' 0 25'' Month 9 25', Month 12 25 Mort^ 15 23 hl t 1'_2= Farr Revised 726J2C'•5 7,. • =.fir]«: dr-hit^ _! .'- -., ' =r 'r , 3r o .3 ,:,rtJ.a' .'Rrarf SECTION D Land„carve ar J !Jrban Desirjr' PLC City of Miami, Florida RFQ 16-17-049 Exhibit 2 CITY OF MIAMI PLANNING AND ZONING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category SERVICES FOR WYNWOOD NW 3AVENUE WOONERF URBAN DESIGN AND LANDSCAPE A.PCHITECTURE/ENGINEERING Contract Type Project Specific Consultant TBD TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 5 ARTICLE 2 GENERAL CONDITIONS 8 2.01 TERM 8 2.02 SCOPE OF SERVICES 8 2.03 COMMUNITY BUSINESS ENTERPRISE (-CBE") PARTICIPATION 8 2.04 COMPENSATION ............... 8 ARTICLE 3 PERFORMANCE 10 3.01 PERFORMANCE AND DELEGATION 10 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 10 3.03 CONSULTANT KEY STAFF 10 3.04 TAME FOR PERFORMANCE 10 3.05 STANDARD OF CARE 10 ARTICLE 4 SUB CONSULTANTS 1114 4.01 GENERAL 11 4.02 SUBCONSULTANT RELATIONSHIPS 4.03 CHANGES TO SUB CONSULTANTS . ARTICLE 5 DEFAULT 5.01 GENERAL. , , 11 5.02 CONDITIONS OF DEFAULT 11 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE ARTICLE 6 TERMINATION OF AGREEMENT 12 6.01 CITY'S RIGHT TO TERMINATE 12 6.02 CONSULTANT'S RIGHT TO TERMINATE 12 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT . 114-2 ARTICLE 7 DOCUMENTS AND RECORDS 13 7.01 OWNERSHIP OF DOCUMENTS 13 7.02 DELIVERY UPON REQUEST OR CANCELLATION 13 7.03 RE -USE BY CITY .. 13 7.04 NONDISCLOSURE 13 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS . 144-3 ARTICLE 8 INDEMNIFICATION 14 ARTICLE 9 INSURANCE 15 9.01 COMPANIES PROVIDING COVERAGE 15 9.02 VERIFICATION OF INSURANCE COVERAGE 15 9.03 FORMS OF COVERAGE 1•34-5 9.04 MODIFICATIONS TO COVERAGE 16 ARTICLE 10 MISCELLANEOUS 16 10.01 AUDIT RIGHTS; INSPECTION 16 10.02 ENTIRE AGREEMENT 16 10.03 SUCCESSORS AND ASSIGNS 17 10.04 TRUTH-1N-NEGOTIATION CERTIFICATE 17 10.05 APPLICABLE LAW AND VENUE OF LITIGATION .. .. 17 10,06 NOTICES 17 10.07 INTERPRETATION 18 10.08 JOINT PREPARATION 19 URBAN DESIGN AND LANDSCAPE ARCHITECTURE. ENGINEERING SERVICES FOR WYNWOOD NW 3 AVENUE 10‘/OONERF 1,46 P.-:D -)-3.; if- -to City of Miami. Florida RFQ 16-17-049 10,09 PRIORITY OF PROVISIONS 19 10,10 MEDIATION - WAIVER OF JURY TRIAL 19 10.11 TIME ... 19 10.12 COMPLIANCE WITH LAWS . ._... 19 10.13 NO PARTNERSHIP......__. _ _ .. ... ........ ... 25 10.14 DISCRETION OF DIRECTOR 20 10.15 RESOLUTION OF CONTRACT DISPUTES ... .. _ .... 20 10.16 INDEPENDENT CONTRACTOR 21 10.17 CONTINGENCY CLAUSE .... .................... ........ .21 10.13 THIRD PARTY BENEFICIARY ............................... ... _ .. 21 10.19 ADDITIONAL TERMS AND CONDITIONS 21 ATTACHMENT A - SCOPE OF WORK 25 ARTICLE Al GENERAL 25 A1.01 SCOPE OF SERVICES - 25 A1.02 WORK ORDERS ..... .. _ ... _.......__... . _ ._..... . ....25 A1.03 PAYMENTS .... ... 26 ARTICLE A2 OVERVIEW OF PROJECT SERVICES 25 A2.01 DEVELOPMENT OF OBJECTIVES 26 A2.02 SCHEMATIC DESIGN.. ... 2' A2,03 DESIGN DEVELOPMENT ..,. .27 A2.04 CONSTRUCTION DOCUMENTS 28 A2-05 BIDDING AND AWARD OF CONTRACT . 30 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT ...........................30 A2.07 TIME FRAMES FOR COMPLETION. 33 ARTICLE A3 ADDITIONAL SERVICES 34 A3.01 GENERAL 34 A3.02 EXAMPLES .... ........ ... ............. 34 A3.03 ADDITIONAL DESIGN 34 ARTICLE Al REIMBURSABLE EXPENSES .,, 35 A4.01 GENERAL 35 A4.02 SUBCONSULTANT REIMBURSEMENTS .............. 35 ARTICLE A5 CITY'S RESPONSIBILITIES ....................... ........................_ ,._ ,. _... .._35 A5.01 PROJECT AND SITE INFORMATION ..................... ....... ......... .._ ....... 35 A5.02 CONSTRUCTION MANAGEMENT . ... - .. _. .._.. -.., ....,. 36 SCHEDULE Al - SUB CONSULTANTS 37 SCHEDULE A2 - KEY STAFF 37 ATTACHMENT B - COMPENSATION AND PAYMENTS ._............ ...................38 ARTICLE B1 METHOD OF COMPENSATION 38 B1,01 COMPENSATION LIMITS 38 B1,02 CONSULTANT NOT TO EXCEED 38 ARTICLE B2 WAGE RATES 38 182.01 FEE BASIS 38 82.02 EMPLOYEES AND JOB CLASSIFICATIONS 38 B2.03 MULTIPLIER 38 B2,04 CALCULATION 39 B2.05 EMPLOYEE BENEFITS AND OVERHEAD .. 39 B2.06 ESCALATION .. 39 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 39 B3.01 LUMP SUM 39 83,02 HOURLY RATE FEES 39 B3.03 REIMBURSABLE EXPENSES ... 40 B3,04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES ......... 40 B3.05 FEES FOR ADDITIONAL SERVICES ...... .........40 B3.06 PAYMENT EXCLUSIONS ... . _ -. 41 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 41 ARTICLE 84 PAYMENTS TO THE CONSULTANT 41 B4.01 PAYMENTS GENERALLY 41 84.02 FOR COMPREHENSIVE BASIC SERVICES 41 B4.03 BILLING - HOURLY RATE . 41 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 41 B4.05 DEDUCTIONS 42 1,!R8„N DESIGN AND LANDSCAPE ARCHITECTURE, ENGINEERING SERVICES FOR viYI\4'JOODNb'1AVENUEVIOONERF '47 O-' -_' L }rds=3oe 3ri7 Urc.r, D•'s :)r+ LC . City of Miami. Florida RFQ 10-17-049 ARTICLE B5 REIMBURSABLE EXPENSES 42 B5.01 GENERAL �? 65.02 REIMBURSEMENTS TO THE SUBCONSULTANTS 42 ARTICLE BS COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 42 B6.01 GENERAL 42 SCHEDULE B1 — WAGE RATES SUMMARY 43 SCHEDULE 62 — CONSULTANT INVOICE 44 URBAN DESI -*I AND LANDSCAPE ARCHITEOTUPE,ENGINEERING SERVICES FOR VVYNWOOD NW 3' AVENUE NIOONERF '43 ,let _jr- 3^•"1 L1 13C 1r1•1* �r_r,. .. _ .,Y•? En �rlr'��r r'i3 —Dr 33'•7 City of Miami. Florida RFQ 16-17-049 .ire. ti. 'r CITY OF MIAMI PLANNING AND ZONING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category URBAN DESIGN AND LANDSCAPE ARCHITECTURE/ ENGINEERING SERVICES FOR WYNWOOD NW 3'1' AVENUE WOONERF (RFQ No. 16-17-049) Contract Type Project Specific Consultant TBD Consultant Office Location TBD City Authorization TBD Agreement Number TBD THIS AGREEMENT made this _ day of in the year 2017 by and between THE CITY OF MIAMI. FLORIDA, a Florida municipal corporation, hereinafter called the "City," and (Consultant's Name). hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications (RF)•) No. 16-17-006 on for the provision of a full range of urban design and planning. landscape architecture and eng'neering services in the design of the Wyn ood NW 3 Avenue Woonerf (the **Project") and the Consultants proposal ("Proposal.), in response thereto, was selected as one of the most qualified for the provision of said Services The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms. providinghowever, that in the event of any conflicts(s) with the terms of this Agreement. this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager andlor the City Commission, as applicable. has selected the Consultant in accordance with Section 287.055. Florida Statutes. (Consultants' Competitive Negotiation Act. hereinafter referred to as "CCNA"). and the applicable provisions of the City Procurement Ordinance, to provide the professional services as described herein. WITNESSETH. that the City and the Consultant, for the considerations herein set forth. agree as follows UP `' r= rn` SR'CHIT_CTUREENGINEERING SERVICES FOR NERF City of Miami. Florida RFQ 16-17-049 ARTICLE 1 DEFINITIONS 1.01 Additional Services mean any Work defined as such in a Work Order. secured in compliance with Florida Statutes and City Code. 1.02 Attachments mean the Attachments to this Agreement are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services mean those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami_ 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami. Florida. a Florida municipal corporation. the public agency which is a party hereto and for which this Agreement is to be performed. In all respects hereunder. the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules. regulations. codes. laws and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City". For the purposes of this Agreement, '`City" without modification shall mean the City Manager. 1.08 Commission means the legislative body of the City of Miami. 1.09 Community Business Enterprise ("CBE") means a firm which has been certified by Miami -Dade County who will provide architectural, landscape architectural, engineering. or surveying and mapping professional services to the prime proposer as required pursuant to City Code Section 18-87. 1.10 Consultant means the individual. partnership, corporation, association. joint venture. or any combination thereof. of properly registered professional architects. or engineers. which has entered into this Agreement to provide professional services to the City. 1.11 Continuing Contract mea1S this Agreement was solicited as conntinuing contract. Per the Ccnsultant s Ccmpet.`.ive N-egotiation Act, Section 287.055. Fla. Stat. A "continuing contract" is defined as a contract for professional services entered into in accordance with ail the procedures of this act he.tvieen an agency and a firm whereby the firm provides professional services to the agency for pr:ja its in which the estimated construction cost of each individual project under the contract does net exceed S2 million, for study activity if the fee for professional services for each individual study under the contract does not exceed S200.000. or for work of a specified nature as outlined in the contract required by the agency, with the contract being for a fixed term or with no time limitation except that the contract must provide a termination clause. Firms providing professional services under continuing contracts shall not be required to bid against one another. 1.12 Contractor means an individual. partnership, corporation, association. joint venture. or any combination thereof. which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.13 Department means or refers to the City of Miami's Planning and Zoning Department. 1.14 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project(s) covered under this Agreement. Unless URBAN DESIGN AND LANDSCAPE ARCHITECTURE ENGINEERING SERVICES FOR WYNWOOD NW 3'= AVENUE WOONERF 150 ' 0 "�J .. 16,17 Y,.Sj rue':lr' -- ]r rg ir_1 J,_'Le 4a _.7reo* City of Miami, Florida RFQ 16-17-049 otherwise specified herein or in a Work Order, for the purpose of this Agreement. the Director is the top administrator of the Planning and Zoning Department or their designee. 1.15 Errors mean items in the plans. specification or other documents prepared by the Consultant that are shown incorrectly. which results in a change to the Services and results in the need for the construction contractor to perform rework or additional work or which causes a delay to the completion of construction. 1.16 Errors and Omissions mean design deficiencies in the plansspecifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 1.17 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor 1.18 Key Personnel means Staff positions assigned on a full-time basis to the Program by the Program Coordinator with the Director's approval. to serve as an extension of the City's staff typically work r.g inside. the City's Miami Riverside Center (MRC) or other requested City facility. 1.19 Notice to Proceed (" NTP') means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that a'l conditions precedent have been met and;or directing that the Consultant may begin work on the Project. 1.20 Omissions mean items that are not shown or included in the plans. specifications. or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.21 Primary Services mean those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ. and in Attachment A. Scope of Services of this Agreement. 1.22 Project Manager means an employee or representative of the City assigned by the Director to manage and rt cinitornitor 'Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.23 Program means the City's multi -year Capital Plan, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.24 Project means the design. construction, alteration and/or repair, and all services and incidentals thereto. of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.25 Professional Services mean those services within the scope of the practice of architecture, professional engineering. or registered surveying and mapping. as applicable. as defined by the laws of the State of Florida. or those performed by any architect. professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice These services may be abbreviated herein as "architectural/engineering services" or "professional services... as applicable. which are within this definition. 1.26 Professional Services Agreement ('`Agreement" or "PSA") means this Agreement and all attachments and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto. the RFQ shall URBAN DES;GN AND LANDSCAPE ARCHITECTURE, ENGINEERING SERVICES FOR VWNWOOD N4'l3': A'JENUEV"/OONERF L:: . ;C7Ce af'd USG L_- City of Miami. Florida RFQ 16-17-049 control. In the event of any conflict between the Consultants response to the RFQ and this PSA. this PSA shall control. In the event of any conflict between this PSA and its attachments this PSA shall control. 1.27 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement or increase the Project Budget among other matters. 1.28 Risk Administrator means the City's Risk Management Director. or their designee. or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.29 Scope of Services or Services mean a comprehensive description of the activities, tasks, design features. objectives. deliverables and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.30 Sub consultant/Subcontractor means a person or organization of properly registered professional architects. engineers. registered surveyors or mappers. and/or other professional specialties that has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.31 Wage Rates mean the effective direct expense to the Consultant andor the Sub consultant. on an hourly rate basis. for employees in the specified professions and job categories assigned to provide sevvtes under this Agreement that justify and form the basis for professional fees, rega-d'ess of actual mariner of compensation. 1.32 V'/oonerfineans a road in which devices for reducing or slowing the flow of traffic have been installed. 1.33 Work means al servicesmaterials and equipment provided by. or under this Agreement with the Consultant. 1.34 Work Order means a document internal to the City which authorizes the performance of specific professional services for a defined Project or Projects. 1.35 Work Order Proposal means a document prepared by the Consultant at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. URBAN DESIGN AND LANDSCAPE ARCHITECTURE.ENGINEERING SERVICES FOR V'1YN4'a0OD N41J 3 A JENUE 4VCONERF 152 E .j r.3 5^r• --' r—r y"r, _^� Na'r, it-! City of Miami. Florida RFQ 16-17-049 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be effective until final completion of construction of the Project and Final Payment is made to the Consultant. The City. by action of the City Manager. shall have the option to extend this Agreement subject to the continued satisfactory performance as determined by the Director of the Planning and Zoning Department. and to the availability and appropriation of funds. City Commission authorization of this Agreement includes delegation of authority to the City Manager to administratively approve said extensions provided that the compensation limits set forth in Article 2.04-1, Compensation Limitations are not exceeded. 2.01-1 EXTENSION OF EXPIRATION DATE In the event the Consultant is engaged in any Project(s) on the Agreement expiration date. then this Agreement shall not expire and shall remain in effect until completion or termination of said Project,$). No new Work Orders shall be issued after the expiration date 2.02 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work. hereto (to be determined), which is incorporated into and made a part of this Agreement. 2.03 COMMUNITY BUSINESS ENTERPRISE (`'CBE") PARTICIPATION REQUIREMENTS ORDINANCE 13331, codified as Section 18-87(p), City Code. Prospective Firms must adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE') in good standing 2) Pla:e a specific emphasis on utilizing local small businesses from within the City's municipal boundaries (within the City limits). For information on the City's CBE requirements, visit the Office of Capital Improvements (OCI) websita at: l-rtiof. 'r,+r,v m e ; r ..,' ITP1'farrrs html 2.04 COMPENSATION 2.04-1 COMPENSATION LIMITS The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee. based on the rates and schedules established in Attachment B, Compensation and Payments, hereto, which is incorporated into this Agreement; provided. however, that in no event shall the amount of compensation exceed (total value of award) ($000.000.00) in total over the term of the Agreement and any extension(s). unless explicitly approved by action of the City Commission or City Manager, as applicable. and put into effect by written amendment to this Agreement. Said fee is comprised of a fee for Basic Services of $000,000.00 plus $00.000.00 for Additional Services and $$00,000.00 for Reimbursable Expenses The City may. in its sole and absolute discretion use other compensation methodologies The work may never exceed the limitations provided in Section 287.055. Florida Statutes. for "Continuing Contracts". 2.04-2 PAYMENTS Unless otherwise specifically provided in Attachment B, Compensation and Payments. payment shall be made in accordance with Florida Statute Chapter 218. Part VII. Local Government Prompt Payment Act. after receipt of the Consultants invoice. which shall be URBAN DESIGN AND LANDSCAPE ARCHITECTURE ENGINEERING SERVICES FOR V`fYNti'IOOD NV/ 3' A /ENUE "1I00NERF -'--�� � _ _ 3r'i ,: c•' 3r,7; c).. LL'— DJ City of Miami. Fiorida RFC) 116-17-049 accompanied by sufficient supporting documentation and contain sufficient detail. to constitute a "Proper invoice.' as defined by Section 218.72 (1). Florida Statutes and to allow a proper audit of expenditures should the City require one to be performed If the Consultant is entitled to reimbursement of travel expenses. then all bills for authorized and approved travel expenses shall be submitted In accordance with Section 112.061. Florida Statutes The Consultant shall utilize Attachment B, Scheduled B2 - Consultant Invoice for the submission of invoices. URSAN DESIGN .AND LANDSCAPE ARCHITECTURE. ENGINEERING SERVICES FOR '/YNV/OOD N+ / 3'= AVENUE VIOONERF i C� N 1•5-1"-+' la u1r^.3r ❑,_'- j•' =r:"it.7:tU.rci Er, r. r.rq City of Miam,, Florida RFO 15-17-049 ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff. unless otherwise provided in this Agreement. or approved in writing by the City Said approval shall not be construed as constitut r; a.. a j -cement between the City and said other person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or theft designee may make written request to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Sub consultants or Subcontractors. or any personnel of any such Sub consultants or Subcontractors engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request yvith either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to said employees work under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part. on the basis of qualifications of particular staff identified in the Consultant's response to the City's solicitation. hereinafter referred to as Key Staff'. The Consultant shall ensure that Key Staff are available for Work upon request from the City. as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prier +,'rritten a ;ceptance from the Director or their designee to change Key Staff. The Consultant shall provide, Director, or their designee with such information as necessary to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such acceptance shail not constitute any responsibility or liability for the individuual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start a,l Work hereunder upon receipt of a Notice to Proceed (NTP) issued by the Director or their designee and to complete each assignment. task or phase within the time stipulate 1 in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments. tasks or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claim by the Consultant for extra compensation provided the total duration of the contract term does not exceed three years fnnrn the date of the Notice to Proceed. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform a!I Services in compliance with Florida Administrative Code Rule 61 G15- 19.001(4) and Section 471.033(1) of the Florida Statutes. as amended. Consultant shall perform due diligence. in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality. technical accuracy and coordination of all designs. drawings. specifications. and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation. correct or revise any errors. omissions. and/or deficiencies in its designs, drawings. specifications or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction. including but not limited to additional work. demolition of existing work. rework. etc.. resulting from any errors. omissions. and/or deficiencies in its designs. drawings. specifications or other Services. URBAN DESIGN ANC LANDSCAPE ARCHITECTURE ENGINEERING SERVICES FOR 4',YN','400D NV.' 3' ,A JENUE 4',OONERF L 3rd Urc.i " Des.gn _'L City of Miami. Florida RFQ 16-17-049 ARTICLE 4 SUB CONSULTANTS 4.01 GENERAL 4.01-1 A Sub consultant. as ce`-ed in Article 1.29. Sub consultant/Subcontractor. is a firm that was identified as pal of the censulting team in the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement. and as suchis identified and listed in Attachment A, Schedule Al, Sub consultants/Subcontractors attached hereto and incorporated herein by reference. 4.01-2 A Specialty Sub consultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and specialized professional services necessary for the Project or task described under Additional Services. Such Specialty Sub consultant shall be in addition to those identified in Attachment A, Schedule AI, Sub consultants/Subcontractors. 4.02 SUB CONSULTANT/SUBCONTRACTOR RELATIONSHIPS 4,02-1 All services provided by the Sub consultants shall be performed pursuant to appropriate written agreements between the Consultant and the Sub consultants. which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Sub consultants. The Consultant acknowledges that the Sub consultants are entirely under his direction. control. supervision. retention andior discharge. 4.03 CHANGES TO SUB CONSULTANTS The Consultant shall not add. modify, or change any Sub consultant listed in Attachment A, Schedule Al, Sub consultants/Subcontractors without prior written approval by the Director or designee. in response to a written request from the Consultant stating the reasons for any proposed substitution. The- Ce s r=- _=3`3 fjr S�:`": 4::''`.-1 of sub-cons'u ' - s shall rot ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement. or fails to perform any of its obligations hereunder. or fails to comply with any applicable law. code rule. regulation or permit in performing under this Agreement. then the Consultant shall be in default. Upon the occurrence of a default hereunder the City. in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments. advances. or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default. in addition to the foregoing. the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement. as well as all costs and expenses incurred by the City in the re -procurement of the Services. including consequential and incidental damages. In the event of Default. the City may also suspend or withhold reimbursements from the Consultant until such time as the actions giving rise to default have been cured. The Cons s Lability for D'e`a'_;it sha!I not ex:eed the total amount of this Agreement. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include. without limitation, any one or more of the following: URBAN DE51GN AND LANDS3.VE ARCHITECTURE ENGINEERIN'3 SER"110ES FOR lly'NViOOD N'r", 3"= AVENUE VIOONERF City of Miami. Florida RFC) 16-17-049 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply in a substantial or material sense. with any of its duties under this Agreement. with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein. or fails to complete the Work in a timely manner as required by this Agreement. 5.02-4 The Consultant fails to comply with any term. condition. obligation or covenant of this Agreement. as defined herein. which is to be performed by the Consultant. 5.02-5 The Consultant fails to comply with any applicable code. law. rule. or regulation applicable to the Consultant's performance of this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or the Director's authorized designee. shall provide written notice to the Consultant as to a finding of default. and the Consultant shall take all necessary action to cure said default within time the stipulated in said notice. after which time. the City may terminate the Agreement, The City. at its sole and absolute discretion. may plow additional days to perform any required cure if the Consultant provides written just:ficaton deemed ed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified. the Agreement shall be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the pal of the Consultant be due to a condition of Force Maeure as that term is interpreted under Florida law. then the City may Glow an extension of time reasonably commensurate with the cause of such falure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City, including the Director or the director's authorized designee has the right to terminate this Agreement for any reason or no reason, upon ten (10) business days' written notice. Upon termination of this Agreement, all charts, sketches. studies, drawings, and other documents. including all electronic copies related to Work authorized under this Agreement. whether finished or not, must be turned over to the Director or designee. The Consultant shall be paid in accordance with provisions of Attachment B, Compensation and Payments, provided that said documentation is turned over to Director or designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to retain the fees, and allowable costs or reimbursable expenses. earned compensation for the Services that were performed in complete compliance with the Agreement. as full and final settlement of any claim, action. demand. cost. charge or entitlement it may have. or will have against the City, its officials or employees. 6.02 CONSULTANTS RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement. in writing following breach by the City. if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. URBAN DESIGN AND LANDSCAPE AR..FIITECTURE ENGINEERING SERVICES FOR NiYN','!OCD N,'r 3'= AvENUE V,GUNERF 1I.-1'JrClr Des '' City of Miami. Florida RFQ 16-17-049 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person. other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person. company. corporation. individual. or firm. other than a bona fide employee working solely for the Consultant, any fee. commission. percentage. gift. or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision. the City shall have the right to terminate the Agreement without liability and, at its discretion. to deduct from the contract price. or otherwise recover. the full amount of such fee, commission, percentage. gift. or consideration. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings. plans. drawings, specifications. maps. computer files. and/or reports prepared or obtained under this Agreements as well as all data collected. together with summaries and charts derived therefrom. including all electronic digital copies will be considered works made for hire and will. based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation cn their use. and will be made available. on request. to the City at any time during the perfcrmance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyricht any material and products or patent any invention developed under this Agreement. The City shall have the right to visit the site for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies including reproducible copies. solely for information and reference in connection with the City's usa and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure of the Consultant to promptly deliver al such documents. both hard copy and digital• to tine Direotor or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers al such documents. The Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant agreements and/or Work Orders for new work will include the provision for the re -use of plans and specifications. including construction drawings. at the City's sole option. and by virtue of signing this Agreement the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals. compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans. documents, studies or other data for any purpose other than that intended by the terms and conditions of this Agreement. or for clans documents stud es or data that have been altered by the Citv. 7.04 NONDISCLOSURE To the extent allowed by law. the Consultant agrees not to divulge. furnish. or make available to any third person. firm or organization. without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultants obligations hereunder. or in the course of judicial or legislative proceedings where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunderand the Consultant shall require ail of its employees. agents. Sub consultants/Subcontractors to comply with the provisions of this paragraph. UR:SAN DESIGN AND LANDSCAPE AR.HITE URE.ENOINEER:NO SERVICES FOR VP( N}: 1 OD NW 3' AVENUE V OONERF , 1,5-"-T_ll L rr,-10 - pt _�.'- : 3;_ ��_t'�t.,_f�r.� Er,��n-,ar n� j.��y�.-,�y fair N'r'r 3r1 City of Miami, Florida RFC} 16-17-049 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant will keep adequate records and supporting documentation. which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119. shall be kept in accordance with the applicable statutes Otherwise. the records and documentation will be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed. whichever is later. The City. or any duly authorized agents or representatives of the City. shall have the right to audit. inspect. and copy al! such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above: provided. however such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutesincluding without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City tc perform this service: (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes. or as otherwise provided by law: 3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law: (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements: and, (5) provide all e!ectronica!ly stored public records to the City in a format compatible with the City's information technology systems. 1F THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDStEMIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment elig bility of all new employees hired by the Consultant during the term of the Contract and shall expressly require any Sub consultant performing work or providing services pursuant to the Contract to likewise utilize the U S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. ARTICLE 8 INDEMNIFICATION It is the City's longstanding policy that the Consultant shall indemnify. hold harmless. and defend (at its own expense) the City. its officers. agents. directors. and/or employees from all liabilities. damages, losses. judgments. and costs, including. but not limited to, reasonable attorney's fees. to the extent caused by the negligence, recklessness, negligent act or omission, or intentional or wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Contract. Consultant shall, further. hold the City. its officials and/or employees. harmless for, and defend the City. its officials and/or employees against. any civil actions. statutory or similar claims. injuries or damages arising or resulting from the permitted work, even if it is alleged that the City. its officials and/or employees were negligent. These indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against the City by reason of any such claim or demand the Consultant shall. upon written notice from the Cityresist and defend such action or proceeding by counsel satisfactory to the G N, CFS13^r 1*4C LANDSCAPE ARONITE:TURE.ENGINEERAG SER'itCES FOP ,',`, N': rOOD N. 3- a J ENUE VdOONERF City of Miami. Florida RFQ 16-17-049 City, The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify keep and save harmless and defend the City or its officersemployees agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend. at its own expense. to and through appellate. supplemental or bankruptcy proceedingor to provide for such defense. at the City's option. any and all claims of liability and all suits and actions of every name and description which may be brought against the City. whether performed by the Consultant. or persons employed or utilized by Consultant. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State cf Florida. including without limitation and interpretation, which conforms to the limitations of Section 725.06 and Section 725.08. Florida Statutes. as applicable. as amended. The Consultant shalt require all Sub consultant agreements to include a provision that they will indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing. approving or rejecting any submissions by the Consultant cr other acts cf the Consultant, the City, in no way. assumes or shares any responsibility or liability of the Consultant or Sub consultant under this Agreements. Ten dollars (S10i of the payments made by the City constitute separate. distinct. and independent consideration for the g'anting of this Indemnification. the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained all insurance required hereunder and the City's Risk Administrator or their authorized designee. has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A-, in accordance with A.M. Best Company's Key Rating Guide. latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions. in excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain coverage with equal or better rating as identified herein for the term of this Agreement. The Consultant shall provide written notice to the City's Department of Risk Management of any material change. cancellation and/or notice of non -renewal of the insurance within thirty (30) calendar days of the change. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator within ten (10) business days of written request. URBAN DES GN AND L' NDSCAPE ARCHTE ;TUP,EENGINEER!NG SERVICES FOR No, . 3'1 AVENUE VVOONERF FCO - 115-+'-C...l•� Lrr3n D:-s. ' Y"3 _30,1; i.`•= :]r_�rr.nrC:.1-� Er,],neerr,O j.,r, spy ''r ',7.y t+:+, 3+71 `,.ar-_,' bb .'r City of Miami. Florida RFQ 16-17-049 9,03 FORMS OF COVERAGE 9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY: The Consultant shall maintain commercial general liability coverage written on a primary and non-contributory basis. with limits of at least $1,000.000.00 per occurrence. $2.000.000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations. Contingent and Contractual Liability. and Products and Completed Operations. with additional endorsements as applicable. Waiver of Subrogation applies in favorite of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read (30) calendar days and (10) business days for nonpayment. 9.03-2 BUSINESS AUTOMOBILE: The Consultant shall provide business automobile liability coverage including coverage for all owned. hired and non -owned autos with a minimal combined single limit of $1,000,000,00 naming the City as an additional insured with rvsp:ect to this coverage Notice of cancellation should read (30) calendar days and (10) business days for nonpayment. 9.03-3 PROFESSIONAL LIABILITY INSURANCE: The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum arno.+ant cf $1 000.000 CO per claim. $1,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection win this Agreement. This insurance shall be maintained for at least one year after completion of the construction and acceptance of the Project covered by this Agreement. Coverage must reference the retroactive date. 9.03-4 WORKER'S COMPENSATION INSURANCE: The Consultant shall maintain Vv'orker's Compensation Insurance in compliance with Florida Statutes. Chapter 440. as amended. and Employee's Liability with a minimum limit of $500.000.00 each occurrence. 9.03-5 SUB CONSULTANT COMPLIANCE: The Consultant shall ensure that all Sub consultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications. increases. or changes in the required insurance requirements. coverage, deductibles or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06. Notices. herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market. and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102. City Code, are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT [Es. ENGINEERING SERVICES FOR /?YN','/COL] 'i 3--ArEiN...E 'OGNEYF L =:9i •, _.> 8 y5; 3oe and Ur In Q City of hrtiarni Florida RFQ 16-17-C43 This Agreement. as it may be amended from time to time. represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations. representations or agreements. written or oral, This Agreement may not be amended. changed. modified. or otherwise altered in any respect, at any time after the execution hereof. except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach of any provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged. sold. delegated or assigned. in whole or in part. by the Consultant without the written consent of the City. acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant. a merger or bulk sale. an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment. sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding. other security. certified financial statements and tax returns from any proposed assignee and the execution of an assignment,"assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consu!tent and the City each binds one another, their partners, successors. legal representatives and authorized assigns to the other party of this Agreement and to the partners. successors, legal representatives and assigns of such party in respect to all covenants of this Agreement. 10,04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultants Competitive Negotiation Act. for any Project to be compensated under the Lump Sum method. the Consultant shall certify that wage rates and other factual unit costs su; porting the compensation are accurate. complete. and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by \i'rhich the City determines the Project price was increased due to inaccurate, incomplete or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10,05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party. concerning this Agreement. or arising cut of this Agreement. shall be brought in Miami -Dade County. Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8. Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees. 10.06 NOTICES Whenever either party desires to give notice unto the other. such notice must be in writing sent by registered United States mail. return receipt requested. addressed to the party for whom it is intended at the place last specified: and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph, For the present. the parties designate the following as the respective places for giving of notice. For City of Miami: URBAN DESIGN AND LANDSCAPE AR ;HITECTURE ENGINEERING SERVICES FOR 1r`JYNViOOD N'J`/ 3 A /ENUE'a`ICCNEF.F 162 '.%rC i,.1 _:3,,1c=3r i'rL 3..1 A,., �. y, ...Dr.,r. City of Miami. Florida RFQ 16-17-049 Daniel Alfonso City Manager Office of the City Manager City of Miami 444 S.W. 2"° Avenue. 10`" Floor Miami. Florida 33130-1910 Email: d alfons _: w m zmIgov cam Phone: 305-416-1025 Annie Perez, CPPO Director Department of Procurement City of Miami 444 S.W. 2nd Avenue, 6th Floor Miami. Florida 33130-1910 Err,all. a-- - -= Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney City of Miami 444 S.W. 2nd Avenue. 9th Floor Miami. Florida 33130-1910 Email: vl tor;a ,nde7 FL' m Phone: 305-416-1832 With Copies to: Francisco Garcia Director Planning and Zoning Department City of Miami 444 S.W. 2nd Avenue.3rd Floor Miami, Florida 33130-1910 Email: fgarcia^amiamigov corn Phone: 305-416-1400 For Consultant: (TBD) 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the pluraland vice versa. unless the context otherwise requires. Terms such as "herein," Thereof." "hereunder." and "hereinafter" refer to this Agreement as a whole and not to any particular sentence. paragraph. or section where LR \N DES GN AND LANDSCAPE AP.OHITECTURE.ENGINEERING SERVICES FAR NV'i 3-- AVENUE 4'iOONERF _i'•.7I;_3re City of Miami Florida RFQ 16-17-049 they appear. unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement. such reference is to the Section or Article as a whole, including all of the subsections of such Section. unless the reference is made to a particular subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting document shall not. solely as a matter of judicial construction. be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term. statement, requirement, or provision of any exhibit attached hereto. any document or events referred to herein, or any document incorporated into this Agreement by reference and a term. statement. requirement. or provision of this Agreement. the term. statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design andr'or construction of the subject Project. and/or following the completion of the Projectthe parties to this Agreement agree all disputes between them shall be submitted to non- binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties A certified (,Mediator. who the parties find mutually acceptable will conduct any Mediation Proceedings it Miami -Dade County. State of Florida. The parties will sort the costs of a certified mediator on a 50/50 basis The Consultant agrees to include such similar contract provisions in the agreements with al Sub consultants and independent contractors retained for the Project. thereby provid'ng for non -binding mediation as the primary mechanism for dispute resolution. Each party will bear their own attorney's fees. In an effort to expedite the conclusion of any litigation the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto. and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances. rules, regulations and resolutions including without limitation. the Americans with Disabilities Act (-ADA"). as amended, and al! applicable guidelines and standards in performing its duties. responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 NON-DISCRIMINATION: The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color. gender. religion. age. handicap. marital status or national origin. The Consultant further covenants that no otherwise qualified individual shall. solely by reason of their race. color. gender, religion. age. handicap. marital status or national origin, be excluded from URS,aNCESIGN ;,C! NSAEar.C-ITE:T:,;REENGINEERINGSER'VICESFOR VS`i 3-- 4 ,ENI:E /%0ONERF 6t -_-1? Lyr.1' J. s.jr' 1-1_3!'�i:iC•a ]r_ t,=. .r-� Fr,. n._7r•nC) 73 i e _ "a'.. _ _ ' �', ,i.. City of h,liami. Florida RFQ 16-17-049 participation in, be denied services. or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA COMPLIANCE: The Consultant warrants that it will comply with al safety precautions as required by federal. state or local laws. rules. regulations and ordinances. 10.12-3 The City reserves the right to refuse the Consultant's access to City property. including Project jobsites. if the Consultant employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- com piiance with safety regulations is exhibited by the Consultant. 10.12-4 ADA COMPLIANCE: The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA-) in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations. guidelines and Additionally —the Consultant shall take affirmative steps to insure nor_±.scrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture. partnership cr other business enterprise or affiliation betioreen the parties. The Consultant has no authority to bind the City to any promise. debt. default, contract liability. or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or their authorized designee. 10.14-1 RESOLUTION OF CONTRACT DISPUTES The Constant understands and a frees that a!I disputes between it and the City based upon an a!Iege'd violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06. Notices. Should the Consultant and the Project Manager fail to resolve the dispute, the Consultant shall submit their dispute in writng with al supporting documentation. to the Director of PZ. as identified in Article 10.06. Notices. Upon receipt of said notification the Director of PZ shall review the issues relative to the dispute and issue a written finding Should the Consultant and the Director of PZ fail to resolve the dispute. the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification the Director of Procurement shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within ten (10+ business five, (5) ca'cndar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed S500.000.00. the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: URBAN DESIGN AND LANDSCAPE .AR'CHrECTUP.E ENGINEERING SERVICES FOR V'iYNYiOOC N`.`i 3'= A'vENUEV^iOGPNEF L3rdi<3C,e and Ur"3.30 D?s,jn LLC City of Miami, Florida RFQ 16-17-049 (i) it has first received City Managers written decision. approved by City Commission if applicable. or (!i) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute. accompanied by all supporting documentation. or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval: or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.15 INDEPENDENT CONTRA ;TOR The Consultant has been fir, c_. ed and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly. the Consultant shall not attain, nor be entitled to. any rights or benefits under the Civil Service or Pension Ordinances of the City. nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City we rot a'ia"able to the Consultant. and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. 10.16 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds. reduction of funds and,or change in program requirements andior regulations. upon thirty (30) calendar days' notice. 10.17 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.18 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the Project. no additional terms cr conditions which materially or substantially vary. modify or alter the terms or conditions of this Agreement. in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. URBAN DESIGN AND LANDSCAPE ar.T;HITEOTFURE ENGINEERING SERVICES FOR V`IYNV1OOD NW 3' AVENUE `IiOONERE 1"-f _ :1�_ -- _..ter, �,. r.'^.� __} _� .. _..s`i.`J 3,1 .a, _ +',_7`+7'r4 City of Miami. Florida RFQ 16-17-049 IN WITNESS WHEREOF. the parties have executed this Agreement No. as of the day and year first above written. WITNESS/ATTEST: Consultant, (TBD) Signature Signature Print Name. Tit.'e Print Name. Title of Authorized Officer or Official ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if avai!a ;le) ATTEST: CITY OF MIAMI. a municipal corporation of the State of Florida Todd B. Hannon. City Clerk Daniel J. Alfonso. City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS CORRECTNESS: Ann Marie Sharpe. Director Victoria Mendez. City Attorney Risk Management Department URBAN DESIGN AND LANDSCAPE ARCHITECTURE ENGINEERING SERVICES FOR V`iYN,' OOD N',V 3' AVENUE V1OONERE �`� c La^ai=aoe ar"Ct LLC City of Miami. Honda RFQ 16-17-049 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of . a corporation organized and existing under the laws of the State of , held on the _day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation. shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN V.i#TNESS V/HIEREO . E have hereunto set my hand this . day of 20 . Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a muting of the Board of Directors of . a partnership organized and existing under the lames of the State of held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof. attested by a partner, shaft be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF,. I have hereunto set my hand this . day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip URBAN DESivN AND LANDSCAPE ARCHITECTURE ENGINEERING SERVICES FOR VVYMP/OOD NV/ r: AVENUE '''iOONERF 163 City of Miami. Florida RFQ 16-17-049 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate. partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) . individually and doing business as (dlb/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of . 20 Signed: Print: STATE OF NOTARIZATION COUNTY OF SS: The foregoing instrument was acknowledged'before me this day of , 20 , by who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC URBAN DESIGN AND LANDSCAPE AR vHITECTURE ENGINEERING SERVICES FOR UVY NWOGD NW 3' AVENUE WOONERF '69 City of Miami. Florida RFQ 16-17-049 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The Consultant shall perform the specialty design work for the _ -. - Project. TheCity of Miami's (the "City") intention is to complete the - . - project to in accordance with the Scope of Services described in Request for Qualifications (RFC)) - _ - - and this Agreement. The Consultant shall provide comprehensive _ _ - design services for the City. including but not limited to, , and other related = _- services as needed to complete the Project. Consultant shall provide professional services for the Project for which Consultant was selected in accordance with Section 237.055 Florida Statutes. as a vended otherwise known as the Consultants' Competitive Negotiations Act (CCNA). The City may also require the Consultant to perform surveying (three-man and four -man crews). geotechnical investigations and testing. landscaping architecture, roadway lighting. traffic signalization. public involvement. and related services necessary for the design and preparation of construction documents for the Project. Consultant shall provide design. construction documents. construction administration and related services necessary for the design. construction engineering and inspection services for the Project. A1.01 SCOPE OF SERVICES A1.01-1 The Consultant agrees to provide comprehensive Professional Services in accordance with all applicable laws. building and environmental regulations. including the Florida Building Ccde and the City of Miami, Florida. Code of Ordinances. and as set forth in this Agreement and further enumerated in a Work Order. Consultant may be required to perform all or some of the services presented in this Agreement. depending on the needs of the City for the Project. Consultant shall furnish. as Basic Services. comprehensive professional ._ - - . - services for the Project. A1.01-2 The City will phase the Work required to complete the Project so that the Project is designed and constructed in the most logical. efficient, and cost effective manner. The Consultant shall be directed to proceed with each phase of the Project through the use of Work Order Proposals and Work Orders. A1.02 WORK ORDERS When OCI has determined that a specific phase of the Project is to proceed. the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee. and others, if appropriate, may have preliminary meetings. if warranted. to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City. indicating the proposed Scope of Services. time of performance. staffing, proposed fees, Sub consultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted. reject the Work Order Proposal. or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal. OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval. OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. URBAN DESIGN AND LA.NDSyAPE APCHITECrL PE PY3INEEP'N(O SERVICES F`7P 4'jYN\ jOOD N4'1 3'= AVENUE VVOONERF 170 it 3 a,_ ue `�w•7 +'?+' City of Miami Florida RFQ 16-17-049 A1.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order. NTP and/or Purchase Order. ARTICLE A2 OVERVIEW OF PROJECT SERVICES Consultant agrees to provide complete, civil engineering services as set forth in the tasks enumerated hereinafter in accordance with the Florida Building Code, latest edition, all federal. state. County and City of Miami. Florida. Laws. Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of a!I documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not proceed with the next task of the Work until the documents have been approved. in writing by City. and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their UVork. Consultant shall perform all Work in compliance with Florida Administrative Code Rule 61G15-19.001(4) and Section 471.033(1) (g) of the Florida Statutes. Consultant shall perform due diligence. in nOaccordance with best industry practices. in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality. technical aocuraoy and coordination of all design. drawings. specification, and other Services furnished by the Consultant under this Agreement. Consultant shall. without additional compensation. correct or revise any errors. omissions. and/or deficiencies in its designs. drawings, specifications or other Services. Consultant shall also be liable for claims for delay costs. and any increased costs in construction, including but not limited to additional work,. demolition of existing work. rework, etc., resulting from any errors. omissions. and/or deficiencies in its designs. drawings. specifications or other Services. A2.01 DEVELOPMENT OF OBJECTIVES A2.01-1 Consultant shall confer with representatives of City, the Project Manager. and other jurisdictional agencies to develop several options for how the various elements of the project will be designed and constructed. A2.01-2 Consultant shall. utilizing a compilation of available documentation. confer with representatives of City. the Project Manager, and other jurisdictional agencies in order to comprehensively identify aspects of the completed Project that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope. the items that need further development will be called Conceptuals and the remaining items will be called Designs A2.01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. A2.02 SCHEMATIC DESIGN A2.02-1 DESIGN CONCEPT AND SCHEMATICS REPORT: Consultant shall prepare and present. in writing and at an oral presentation if requested. for approval by City. a Design Concept and Schematics Report. comprising Schematic Design Studies. including an identification of any special requirements affecting the Project. a Statement of Probable �'PBaN CES'u^ TAPE ARCHITECTURE ENGINEERING SERVICES FOR Y'1YN'. 1000 N\. 3- a =NLJE VVOONERF City of Nliami. Florida RFC 16-17-049 Construction Cost. Project Development Schedule and review of Constructabiiity Review reports. 1 Schematic Design Studies consist of site plan(s). floor plans (where applicable). elevations. sections and all other elements required by City or Project Manager to show the scale and relationship of the components and design concepts of the whole. The floor plans may be single -line dagrams. A simple perspective rendering or sketch. node/ cr photograph thereof may be provided to further show the design concept. 2. A Statement of Probable Construction Cost, prepared in Construction Standard Index (CSI) format. to include a summary of the estimated Project cost and an evaluation of funding allocation. Such summary shall be in sufficient detail to identify the costs of each element and include a breakdown of the feesgeneral conditions and construction contingency. Such evaluation shall comprise a brief description of the basis for est:mated costs per each element and similar Project unit costs. Costs shall be adjusted to the projected bid date. Recommendations for reducing the scope of the Project in order to bring the estimated costs within allocated funds. in the event that the statement of Probable Construction Costs exceeds allocated funds. Consultant shall update its documentation. at no additional cost to the City, to reflect this reduced scope. Any .'Statement of Probable Construction Costs" prepared by Consultant represents a reasonable estimate of cost in Consultants best judgment as a professional familiar with the local construction industry. 3. The Project Development Schedule shall sho%v the proposed completion date of each task of the Project through design, bidding and post design services. 4. Constructability Review reports shall be conducted by the City and/or the Consultant at design stages deemed necessary by the Project Manager. Consultant shall provide five additional deliverable plan sets for d:stribution. by City. to others for this purpose. There shall be an established deadline for review report submission back to the City. Consultant shall provide writ:an responses to all comments within two weeks and shall maintain files of all related review reports and response reports. If necessary, City may coordinate Constructabiiity Review meetings with some or all of the reviewers with Consultant present to discuss specific issues. In addition to the Constructability Review process mentioned above. City reserves the right to conduct a Peer Review of the Project documents at any design stage. Cost of such a Peer Review would be borne by City. Any findings as a result of said Peer Review would be addressed by Consultant. and if requested by City. would be incorporated into the design documents. at no additional cost to City and no extension of time to the schedule. A2.03 DESIGN DEVELOPMENT From the approved Schematic Design documents. Consultant shall prepare and present in writing and at oral presentationsif requested. for approval by City. separate Design Development Documents. updated Project Development Schedules. updated Statements of Probable Construction Costs and a review of Constructability Review reports. 1. The Design Development Documents shall consist of drawings (site plans. floor plans elevations. and sections). outline specifications. and other documents. 2. Design Development consists of continued development and expansion of architectural and/or civil Schematic Design Documents to establish the final scope. relationships. forms size and appearance of each element through. 2.1 Pan sections and elevations 2 2 Typical construction details 'IT- :ram E,a ;,NE`N'-, SERVICES FQP ,o NNY, - ', 3' - A /ENUE VVOONERr 172 City of Miami. Florida RFQ 16-17-049 2,3 Final materials selection 2.4 Construction phasing plan 3 The updated Development Schedules shall show the proposed completion dates of each milestone of the Project through design. bidding construction and proposed date of occupancy. Consultant will also detail all long lead procurement items and architecturally significant equipment that will need to be purchased prior to the completion of Construction Documents. 4. Provide updated Statements of Probable Construction Cost. If either statement of Probable Construction Cost exceeds allocated funds Consultant shall prepare recommendations for reducing the scope of that particular Project in order to bring the estimated costs within allocated funds. Consultant shall update its documentation. at no additional cost to the City to reflect this reduced scope, 5. Constructability Review reports. 6. Prepare a summary report andlor Design Development drawings or sketches showing the foundations and the framing of the proposed Primary Structural System, including materials. gross sizes and critical deta ls. These documents may become partially completed working drawings. 7. Review the initial results of any special studies required which are established during the Schematic Design Phase and determine their effects on the Structural System. 3. Review any geotechnical report for structural concerns and for the recommended foundation system. 9. Establish drawing and drafting standards for the Project with the client and design team such as grid lines. match lines. scale and sheet size. 10. Assist the client and design team in preparing a preliminary opinion of costs and an outline of specifications. A2.04 CONSTRUCTION DOCUMENTS From the approved Design Development Documents. Consultant shall prepare for written approval by City. Final Construction Documents setting forth all design drawings and specifications needed to comprise a fully biddable permittable. constructible Project. Consultant shall produce 307,, 60'/c, 90% and Final Construction Documents for review and approval by Citywhich shall include the following. 1. A Drawing Cover Sheet listing an index of all number of drawings by each discipline. Drawings not included in the 30%, 60 % . 90% and Final review shall be noted. Consultant shall attach an index of all anticipated drawing sheets necessary to fully define the Project. 2. The updated Project Development Schedule to include an outline of major construction milestone activities and the recommended construction duration period in calendar days. 3. An updated Statement of Probable Construction Cost in CSI format. 4 Consultant may also be authorized to include in the Construction Documents approved additive andlor deductive alternate bid items. to permit City to award a Construction Contract within the limit of the budgeted amount. F-'".: � DE: iN AND LANDSCAPE ARCHITECTURE ENGINEERrNG SERVICES pc-_)R 'i'+� \; ooD NV! 3'= AVENUE V'iOONERF City of Miami. Florida RFQ 16-17-049 5. A Project Specifications index and Project Manual with at least 30%, ;, 60 %, 90% and Final of the Specifications completed. Documents submittal shall also include all sections of Divisions "0" and "1 6 Perform an internal review and check the structural design and the structural Contract Documents including the interrelationship of the Primary Structural System with the designs prepared by other design disciplines. The prime design professional is responsible for overall coordination of the various engineering disciplines. 7. Assist. if required. in obtaining approval by appropriate review agencies. 8 Assist. if required. with manufacturer or supplier recommendations. 9, Consultant shall include. and will be paid for. City -requested alternates outside of the established Project scope or that are not constructed due to a lack of funds. No fee will be paid by City in connection with alternates required by the failure of Consultant to design the Project within the Fixed Limit of Construction Cost. 10. Consultant shall not proceed with further construction document development until approval of the 30% documents is received in writing from City. Approval by City shall be for progress only and does not relieve Consultant of its responsibilities and liabilities relative to code compliance and to other covenants contained in this Agreement. Cc2su!tant shall resclve all questions indicated on the documents and make al! changes to the documents necessary in response to the review commentary. The 30% 3 Documents review (check) set shall be returned to City upon submission of 60°i; complete Construction Documents and Consultant shall provide an appropriate response to all review comments noted on these previously submitted documents. Of the seven (7) copies to be provided. the Consultant shall submit to the City four (4) full size copies of the drawings and specifications, and one digital copy in .pdf format. A2.04-1 MAXIMUM COST LIMIT: Prior to authorizing the Consultant to proceed with preparation of Construction Document Development. the City shall establish and communicate to the Consultanta maximum sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety (90) days after the Consultant submits the Final Design to the City, the estimate of the cost of construction s;ha'l be adjusted by Consultant_ Notwithstanding anything above to the contrary, the City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding of the Work at no additional cost or fee to the City if all responsive and responsible bids received exceed ten (10%) percent of the Maximum Cost Limit. A204-2 DRY RUN PERMITTING: The Consultant shall file and follow-up for approval of building permits at the earliest practicable time during the performance of the Work. for approval by City. County, State andior Federal authorities having jurisdiction over the Project by law or contract with the City. and shall assist in obtaining any such applicable certifications of permit approval by such authorities prior to approval by OCI of the final set and printing of the Construction Documents. The Consultant shall promptly, at any time during the performance of the Work hereunder, advise the City of any substantial increases in costs set forth in the Statement of Probable Construction Cost that. in the opinion of the Consultant. is caused by the requirement(s) of such. Upon completion of dry run permitting Consultant shall provide as part of the seven (7) copies to be submitted five (5) full size sealed copies of the drawings and specifications Consultant shall also provide digital versions of the drawings in .dwg..plt. and .pdf formats. The specification additional terms and conditions shall be provided in both .pdf and .doc formats =E =N!TE:TURF ENGINEERING SERVICES FOR L"IYNY4(.."+1)0 NW 3'` . iENUE WOONERF 74 City of Miami. Florida RFC) 16-17-049 A2.05 BIDDING AND AWARD OF CONTRACT A2.05-1 BID DOCUMENTS APPROVALS AND PRINTING: Upon obtaining all necessary approvals of the Construction Documents from authorities having jurisdiction. and acceptance by the City of the 100% Construction Documents and latest Statement of Probable Construction Cost. the Consultant shall assist the City in obtaining bids and preparing and a,varding the construction contract. The City. for bidding purposes. will have the bid documents printed. or at its own discretion, may authorize such printing as a reimbursable service to the Consultant. A2.05-2 ISSUANCE OF BID DOCUMENTS, ADDENDA AND BID OPENING: 1. The City shall issue the Bid Documents to prospective bidders and keep a complete List of Bidders. 2. The Consultant shall assist the City in the preparation of responses to questions if any are required daring the bidding period. AU addenda or clarifications. or responses shall be issued by the City. 3. The Consultant shall prepare revised plans. if any are required. for the City to issue to all prospective bidders. 4. The City will schedule a "Pre -Bid Meeting" on an as needed basis for the Project. The Consultant shall attend any and ail pre -bid meeting',$) and require attendance of Sub consultants at such meetings. 5. The Consultant will be present at the bid opening if requested by the City. A2,05-3 BID EVALUATION AND AWARD: The Consultant shall assist the City in evaluation of bids received to determine the responsiveness of bids and the preparation of documents for Award of a contract. If the lowest responsive Base Bid received exceeds the Total A' v :a`od Funds for Construction, the City may: 1. Approve an increase in the Project cost and award a Contract: 2. Peet all bids and re -bid the Project within a reasonable time with no change in the Project or additional compensation to the Consultant: 3 Direct the Consultant to revise the scope and,'or quality of construction. and rebid the Project. The Consultant shall. without additional compensation. modify the Construction Documents as necessary to bring the Probable Construction Cost based on such revisions within the Total Authorized Construction Budget. The City may exercise such option where the bid price exceeds 10% of the Fixed Construction Budget provided to the Consultant and as may be modified by the City and the Consultant prior to soliciting bids. 4. Suspend. cancel or abandon the Project. NOTE. Under item three (3). above, the Consultant shall. without additional compensation. modify the Construction Documents as necessary to bring the Probable Construction Cost within the budgeted amount. A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT A2.06-1 The Construction Phase will begin with the issuance of the NTP to the chosen Contractor and will end when the Consultant has provided to the City all post construction documents. including Contractor As -Built drawings. Consultant's record drawings. warrantees. guarantees. operational manuals. and Certificate(s) of Occupancy have been delivered to the City and the City approves the final payment to the Consultant. During URBAN CESi ON AND LANDSCAPE ARCHITECTUPE ENGINEERING SEP','. ES FR v`iYNti,',000 N`.`+ 3-- A OFNUE u'IO©NERF City of Miami, Florida RFQ 16-17-049 this perod. the Consultant shall provide administration of the construction contract as provided by this Agreement, and as provided by law. A2.0S-2 The Consultant. as the representative of the City during the Construction Phase. shall advise and consult with the City and shall have the authority to act on behalf of the City to the extent provided in the Genera! Conditions and the Supplementary Conditions of the construction contract and their Agreement with the City. A2.06-3 The Consultant and respective Sub consultants shall visit the site to conduct field observations, at a minimum on a weekly basis. and at all key construction events to ascertain the progress of the Project. and shall visit the site as appropriate to conduct field inspections to ascertain the progress- of the Project and determine. in general. if the Work is proceeding in accordance with the Contract Documents. The Consultant shall provide any site visits necessary for certification if required by the authorities having jurisdiction. Threshold inspection shall be provided by the Consultant at no additional cost to the City.. The Consultant shall report on the progress the Work. including any defects and deficiencies that may be observed in the Work. The Consultant and/or Sub consultants will not be required to make extensive inspections or provide continuous daily on -site inspections to check the quality or quantity of the Work unless otherwise set forth in this Agree--ent. The Consultant will be responsible for writing and distributing minutes of all meet -as and field inspections report from all meetings it is asked to attend. Consultant and S.:b consultants will not be held responsible for construction means. methods. tech:- dues, sequences. or procedures. or for safety precautions and programs in cores o tn, t`e ','fork. The Consultant will not be held responsible for the Contractor's or S . u-: -.rs'. or any of their agents' or employees' failure to perform the work in 2ccei r a" .;e r, the contract unless such failure of performance results from the Consultant's a:ts or omissions. A2.06-4 The Consultant shall furnish the City with a written report of all observations of the Work made by Consultant and require all Sub consultants to do same during each visit to the Project. The Consultant shall also note the general status and progress of the Work on forms furnished by the City The Consultant shall submit the reports in a timely manner. The Consultant and Sub consultants shall ascertain that the Work is acceptable to the City. Consultant shall assist the City in ensuring that the Contractor is making timely, accurate. and complete notations on the "as -built" draNings. Copies of the field reports shall be attached to the monthly Professional Services payment request for construction administration services. The Consultant's failure to provide +written reports of all site visits or minutes of meetings shall result in the rejection of payment requests and may result in a proportional reduction in Construction Administration fees paid to the Consultant. A2.06-5 Based on observations at the site and consultation with the City. the Consultant shall determine the amount due to the Contractor based on the pay for performance milestones and shall recommend approval of such amounts as appropriate. This recommendation shall constitute a representation by the Consultant to the City that. to the best of the Consultant's knowledge. information and belief. the Work has progressed to the point indicated and thatthe quality of the Work is in accordance with the contract and the Contractor is entitled to the amount stated on the requisition subject to: 1 a detailed evaluation of the Work for conformance with the contract upon substantial completion: 2. the results of any subsequent tests required by the contract: 3 minor deviations from the contract correctable prior to completion. and URBAN DESV3N NnSO \PE APCHITE:T'JPE EN ,/NEERING SERVICES gilp V'iYN' ,OOD NW 3- 4 =NEE V'iOONERF 776 City of Miami. Florida RFQ 16-17-049 4 any specific qualifications stated in the payment certificate and further that the Contractor is entitled to payment in the amount agreed upon at a requisition site meeting or as stated on the requisition. Prior to recommending payment to the Contractor. the Consultant will prepare a written statement to the City on the status of the Work relative to the Construction Schedule. which shall be attached to the Contractor's Requisition. Such statement shall be prepared immediately following the requisition field meeting and shall not be cause for delay in timely payment to the Contractor. By recommending approval of a Payment Certificate, the Consultant shall not be deemed to represent that the Consultant has made any examination to ascertain how and for what purpose tne Contractor has used money paid or account of the Construction Contract Sum. A2.06-6 The Consultant shall be the interpreter of the requirements of the Contract Documents and the judge of the performance thereunder. The Consultant shall render interpretations necessary for the proper execution or progress of the Work upon written request of either the City or the Contractor, and shall render written decisions. within a maximum of ten (10) calendar days. on al! claims. disputes and other matters in question between the City and the Contractor relating to the execution or progress of the Work. Interpretations and decisions of the Consultant shall be consistent with the intent of and reasonably inferable from. the Contract Documents and shall be in written or graphic form. A2.03-7 The Consultant shall have the authority to recommend rejection of Work which does net conform to the Contract Documents. Whenever. in their reasonable opinion, the Consultant considers it necessaoy or advisable to insure compliance with the Contract Documents. the Consultant will have the authority to recommend special inspection or testing of any Work deemed to be not in accordance with the Contract, whether or not s_roh Work has been fabricated and/or delivered to the Project. or installed and completed. A2.03-8 The Consultant shall promptly review and approve. reject or take action on shop drawings. samples. RFIs and other submissions of the Contractor, Changes or substitutions to the construction documents shall not be authorized without concurrence of the Ci:y's Project Manager and/or Director of OCI. The Consultant shall have a maximum of ten (10) calendar days from receipt of shop drawings. samples. RFI's or other submittals by the Contractor, to return the shop drawings or submittals to the Contractor with comments indicating either approval or disapproval. Consultant shall provide the Contractor with a detailed written explanation as to the basis for rejection. Consultant shall have five (5) calendar days to review contractor payment applications to ensure the City complies with Florida Statute Section 218.70. A2.06-9 The Consultant shall initiate and prepare required documentation for changes as required by the Consultants own observations or as requested by the City. and shall review and recommend action on proposed changes. Where the Contractor submits a request for Change Order or Change Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the City. their recommendation or proposed action along with an analysis and/or study supporting such recommendation A2.06-10 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion inspection of the Project and shall. prior to occupancy by the City, recommend execution of a "Certificate of Acceptance for Substantial Completion" after first ascertaining that the Prcject is substantially complete in accordance with the contract requirements. The Consultant shall, in conjunction with representatives of the City and the Contractor. prepare a punch -list of any defects and discrepancies in the Work required to be corrected by the Contractor in accordance with Florida Statute 218 735. ;,R,3:.`i DESIGN ANC PN, ;,N4EEP'NG SER'/ICES FOP AVENUE ihOONERF City of Miami. Florida RFQ 16-17-049 Upon satisfactory completion of the punch -list. the Consultant shall recommend execution of a "Certificate of Final Acceptance" and final payment to the Contractor. The Consultant sha'.l obtain from the Contractor, upon satisfactory completion of all items on the punch - list. al necessary close-out documentation from the Contractor including but not limited to all guarantees +,varranties, operating and maintenance manuals for equipment. releases of Iiens,"clalms and such other documents and certificates as may be required by applicable codes. lairs and the contract, and deliver them to the City before final acceptance shall be issued to the Contractor. A2.06-11 The Consultant shall monitor and provide assistance in obtaining the Contractor's comp!ie -c.e ,•,.h its contract relative to: 1) initial instruction of City's personnel in the operation and r.a etenance of any equipment or system: 2) initial start-up and testing ad;+ -sting and glancing of equipment and systems: and 3) final clean-up of the Project to assure a s,.'toth transition from construction to occupancy by the City. A2.06.12 The Cons_,'tant shall review the Contractors "as built- drawings and submit them to the City upon approval by the Consultant. The Contractor is responsible for preparing the "as built' drawings. A2.03-13 The Consultant shall furnish to the City the original documents. including d-a,,:ngs refised to "ass -built" conditions based on information furnished by the Ccntaaetor: survey and specific conditions in preparing the "Record Set" documents. the Consultant shall rely on the accuracy of the information provided by the Contractor, including the Contractor's record drawings. Any certification required under this Agreement including the contents of "as -built" documents is conditioned upon the accuracy of the information and documents provided by the construction contractor. Treesfef _. ces roade by ''Change Authorization- "Change Order.` "Request for Ir',- eat su'b _. .J..0.1 approvals. or other clarifications be the Consultants rest.: _s c•i. t incc.rp ra;e ii-to the "Record Set'" and record documents. Changes made in the eld to suit field conditon3. or otherwise made by the Contractor for its convenience. shall be marked by the Contractor on the "Field Record Set' and transferred to the original contract documents by the Consultant. The original documents as well as the "Record Set" she become the property of the City. A reproducible set of al other final documents will be furnished to the City free of charge by the Consultant. The Consultant shall furnish to the City one complete set of "Record Set Drawings", in Auto CADD (computer -aided des'gn and drafting Version 2000 or such other format acceptable to the City. A2.05-14 The Consultant shall furnish to the City a simplified site plan and floor plan(s) reflecting "as -built" conditions with graphic scale and north arrow. Plans must show room names, room numbers, overall dimensions. square footage of each floor and all fonts used in the drawings. Two sets of drawings shall be furnished on 24" x 36" sheets and one electronic copy. A2.06-15 The Consultant shall assist the City in the completion of the Contractor's performance evaluation during construction work and upon final completion of the Project. A2.07 TIME FRAMES FOR COMPLETION The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5, 1 Development of Objectives TBD during Negot,at:ons II Schematsc Design TBD durng Negotiations 111 Design Development TBD durng Negct.at:ons IV 30',') Construction Documents TBD during Negotiations URBAN DESrGN =ND LA iDS•: APE APC- ITECT.,PE EN 3INEEP' 3 SE YCES FOP bb 'NV/OOD NV/ 3- A'/ENuE v'iOONEPF 173 City of Miami. Florida RFQ 16-17-049 V VI VII. VIII IX X 6C''a Constructor; Documents 90% Construction Documents Dry — Run Permitting Fora; Construction Documents Bidding and award of Construction Contract Construction Contract Administration TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations TBD during Negotiations ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as Additional Services.' may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order cr shail be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Attachment A, Schedule A-1, Sub consultants/Subcontractors herein. Additional Services may include, but are not limited to the following: A3.02-1 APPRAISALS Investigation and creation of detailed appraisals and valuations of existing facil;t.es. and surveys or inventories in connection with construction performed by City. A3.02-2 SPECIALTY DESIGN Any additional special professional services not included in the Scope of Work. A3.02-3 PRE -DESIGN SURVEYS AND TESTING: Environmental investigations. site evaluations or comparative studies of prospective sites, Surveys of the existing structure required to complete as -built documentation are not additional services A3.02-4 EXTENDED TESTING AND TRAINING: Extended assistance beyond that provided under Basic Services for the initial start-up. testing. adjusting and balancing of any equipment or system; extended training of City-s personnel in operation and maintenance of equipment and systems. and consultation during such trainingand preparation of operating and maintenance manuals. other than those provided by the Contractor, subcontractor, or equipment manufacturer. A3.02-5 MAJOR REVISIONS' Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant. (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof) A3.02-6 EXPERT WITNESS- Preparing to serve or serving as an expert witness in connection with any mediation. arbitration or legal proceeding providinghowever. that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 MISCELLANEOUS Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may at its option. elect to proceed with additional services relating to the Project uPBAN CE5 .5N AND L.ANCS•:APE ARCH TECTUPE ENGINEERING SEF'»CES c JP '/f N4'100D F'+ J' AJENUE 4'iOCNERF City of Miami. Florida RFQ 16-17-049 ARTICLE A4 RE11418URSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual. direct expenditures made by the Consultant and the Sub consultant for the purposes listed below. Transportation. travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 COMMUNICATIONS EXPENSES Identifiable communication expenses approved by the Project Manager. long distance telephone courier and express mail between the Consultant's various permanent offices and Sub consultants. The Consultant's field offce at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this Agreement. A4.01-2 REPRODUCTION, PHOTOGRAPHY: Cost of printing reproduction or photography. beyond that v1hich is required by or of the Consultant's part of the work. set forth in this Agreement. A4.01-3 GEOTECHNICAL INVESTIGATION Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 PERMIT FEES: All Pe-rrit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the Consultant. A4.01-5 SURVEYS Site. surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 OTHER. It?ms not indicated in Article A4. Reimbursable Expenses. when authorized by the Project Manager, The City will reimburse the Conseltent for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or their designee including. without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. A4.02 SUB CONSULTANT REIMBURSEMENTS Reimbursable Sub consultant expenses are limited to the items described above when the Sub consultants agreement provides for reimbursable. expenses and when such agreement has been previously approved. in writing. by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City. at its expense and insofar as performance under this Agreement may require. may furnish Consultant with the information described below. or. if not readily available. may authorize Consultant to provide such information as an Additional Service. eligible as a Reimbursable Expense. A5.01-1 SURVEYS Complete and accurate surveys of building sites. giving boundary dimensions. locations of existing structures. the grades and lines of street. pavement. and adjoining properties: the rights restrictions. easements. boundaries and topographic data of a building site and existing utilities information regarding sewer. water. gas. telephone andlor electrical services. A5.01-2 SOIL BORINGS. GEOTECHNICAL TESTING: Soil borings or test pits. chemical. mechanical structural or other tests when deemed necessary: and. if required. an UP.BAN DE5,GN AND LANDSCAPE a=:-I-E ' JPE ENGINEERING SEPVICES FOP 4'1YN4',000 NVY 3'= AVENUE+NOONERF '.so 3r1 a., _ ... r`, t` City of Miami. Florida RFQ 16-17-049 appropriate professional interpretation thereof and recommendations, Consultant shall recommend necessary tests to City A5.01-3 GENERAL PROJECT INFORMATION Information regarding Project Budget. City and State procedures. guidelines. forms. formats. and assistance required establishing a program pursuant to Article A2.02. Schematic Design. A5.01-4 EXISTING DRAWINGS Drawings representing as -built conditions at the time of original construction. subject to as -built availability. However, such drawings, if provided. are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in exoess of itemized requirements. "Normal Requirements " . must be authorized in advance. A5.01-5 RELIABILITY. The services. information, surveys and reports described in Articles A5.01-1 through A5 01-4 above. shall be furnished at City's expense. and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consurtant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction. Consultant and the Project Manager shall assume the respons bl'ties described in the general conditions and supplementary conditions of the constructor. contract relating to review and approval of the construction work by the Contractor. A5.02-2 If City obsE--'/es o- ct,he-,;rise becomes a.'iare of any fault or defective Work in the Project. or c.ne. r T: f: mance. with the contrast during construction. City shall give prompt nct.ce thereof to Consultant. DES,,-;Ni 4ND LA"+CSCA.PE d? E E^++SINEEPIN SERVICES cep ",OiDD NY.I 3-1-- A�/ENU'E VLJOONERF City of Miami, Florida RFQ 16-17-049 ATTACHMENT A - SCOPE OF WORK SCHEDULE Al - SUB CONSULTANTS/SUBCONTRACTORS FIRM NAME CONSULTING FIELD SCHEDULE A2 - KEY STAFF STAFF MEM3ER NAME JOB CLASSIFICATION URBAN DESIGN ND LANDSCAPE AR2HITEC*TiURE ENGINEERING SERVICES FOR VdYNV1DOD N''i 3 A /ENUE'WOCNERF '32 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof. at the option of the Director or designee. with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01. Lump Sum. b) An Hourly Rate as defined in Article B3.02. Hourly Rates. and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments far fees and costs, including reimbursable expenses. to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.04-1, Compensation Limits as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed. or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein. except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded. the City shall have no liability or responsibility for paying any amount of such excess. which will be et the Consultants own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Attachment B. Schedule B1 - Wage Rates Summary, incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Sub consultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Attachment B. Schedule B1 - Wage Rates Summary identifies the professions. job categories and/or employees expected to be used during the term of this Agreement. These include architects. engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers. clerical/administrative support. and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. 82.03 MULTIPLIER For Work assigned under this Agreement. a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultants hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultants profit and overhead. includingwithout limitation. office rent. local telephone and utility charges office and drafting supplies. depreciation of equipment. professional dues. URBAN DES 3N AND L NDS aPE E%6INEERING SERVICES FJF WYN4`JOODl N'.`i 3'1- A':ENUE 4'IOONEPF ATTACHMENT B - COMPENSATION AND PAYMENTS subscriptions, stenographic. administrative and clerical support, other employee time or t,rav& and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City The Consultant shall identify job classifications, available staff and projected man-hours required for the proper completion of tasks and/or groups of tasks. milestones and deliverables identified under the Scope of Work as exemplified in Attachment A, Schedule A2 - Key Staff. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall. via the Multiplier. cover ail the Consultant costs including. without limitation. employee fringe benefits (e.g . sick leave. vacation. holiday unemployment taxes, retirement. medical. insurance and unemployment benefits) and an overhead factor. Failure to comply with this section shall be cause for cancellation of this Agreement. B2.06 ESCALATION There shall be no escalation clause as part of this Agreement. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant. and the Consultant agrees to accept for services rendered pursuant to this Agreement. fees computed by one or a combination of the methods outlined above. as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 LUMP SUM Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 N10DIF1CATIONS TO LUMP SUM: If the City authorizes a substantial or material change in the Scope of Services. the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee. and Consultant. subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant. to verify or justify its requested Lump Sum compensation Such verification shall present sufficient information as depicted in Attachment A. Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Sub consultant employees identified in Attachment B, Schedule B1 - Wage Rates Summary. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee. cost or expense above this figure B3.02-2 CONDITIONS FOR USE: Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/cr calculate the complete nature. and/or aspects. tasks. man-hours or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate •4a UP3,;N DES,, N AND: LANDSCAPE . R>.I -•:T.,PE ENGINEERING SEP', ICES FOR °PrYNY iCCO ^!'.'! 3"= A /ENUE \ /CONERF ATTACHMENT 8 - COMPENSATION AND PAYMENTS Fees may be utilized for Additional Work that is similarly indeterminate. In such cases. the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling. office rent or overhead expenses of any kind. including local telephone and utility charges. office and drafting supplies. depreciation of equipment, professional dues. subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement). mailing. stenographic. clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or their designee including. without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of aii:tive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director will be considered as part of Basic Services The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above. as mutually agreed by the Director and the Consultant. 83.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Articles A4 and B3.03 respectively, may be applicable, The Consultant shall utilize the Work Order Proposal Form and worksheets which can be found on the City's Webpage at ht` 1 ,,°,;,r.rnia:Tsiq.c'r com/CITP/form The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 DETERMINATION OF FEE: The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. 63.05-2 PROCEDURE AND COMPLIANCE: An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee. which shall not be exceeded. and shall comply with the City of Miami regulations. including the Purchasing Ordinance. the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-6 FEE LIMITATIONS: Any authorized compensation for Additional Services. either professional fees or reimbursable expenses. shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges. office and drafting supplies, depreciation of equipment, professional dues. subscriptions. etc., reproduction of drawings and specifications. mailingstenographic. clerical. or other URBAN OES.GN AND LANC :HITECTURE ENGINEERING SERVICES FOR WYN4`j000 NW 3' AVEN' �b7 ATTACHMENT 8— COMPENSATION AND PAYMENTS employees time or travel and subsistence not directly related to the Project. For all reimbursable services and Sub consultant costs. the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions andlor modifications to drawings and specifications, for extended construction administration. or for other work when such work is due to errors or omissions of the Consultant, as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part. during any Phase. the Consultant shall be paid for services duly authorized. performed prior to such suspension or termination. together with the cost of authorized reimbursable services and expenses then due, and all appropriate. applicable. and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months. the Consultants further compensation shall be subject to renegotiations ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Sub consultant fees and Reimbursable Expenses shall be billed to the City in the aotaal amount paid by the Consultant. The Consultant shall utilize the Citfs Invo1ce Form which can be found on the OCI website at htt l`.,;.v, n''am -; ; c:1 - ITP 4=r7rs "tm'. Failure to submit invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated. said payments shall. in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis. the Consultant shall submit for approval by the Director, a duly certified invoice. giving names. classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on the Project or task, To the sum thus obtained. any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Sub consultants engaged on the Project. In addition to the invoice. the Consultant shall. for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. 84.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis. the Consultant shall submit for approval by the Director. a duly certified invoice. giving names. classification. salary rate per hour. hours worked and total charge for all personnel directly engaged on the Project or task. To the sum thus obtained. any authorized Reimbursable Services Cost may be added The URBAN DES IG+N AND LANDSCAPE ,ARCHITECTURE.ENGINEERING SERVICES FOR YiYN'WOOD NV'1 3'- AVENUE V`1OONERF ATTACHMENT B - COMPENSATION AND PAYMENTS Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Sub consultants engaged on the Project or task. In addition to the invoice. the Consultant shall, for Hourly Rate authorizations. submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultants compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and?or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees. the Sub consultants. and the Specialty Sub consultants in the interest of the Work for the purposes identified below: B5.01-1 TRANSPORTATION: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 TRAVEL AND PER DIEM: Trarel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. B5.01-3 COMMUNICATION EXPENSES: Identifiable communication expenses approved by the Project Manager. long distance telephone, courier and express malt between Consultant and Sub consultants. B5.01-4 REPRODUCTION. PHOTOGRAPHY: Cost of printing. reproduction or photography. beyond that which is required by or of the Consultant to deliver services set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. S5.01-5 PERMIT FEES: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5,01-6 SURVEYS: Site surveys and special purpose surveys when pre -authorized by the Project Manager_ B5.02 REIMBURSEMENTS TO THE SUB CONSULTANTS Reimbursable Sub consultants expenses are limited to the items described above when the Sub consultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5. Reimbursable Expenses. herein ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 86.01 GENERAL It is understood that all Consultant agreements andfor work Orders for new work will include the provision for the re -use of plans and specifications. including construction drawings. at the City's sole option. by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals. compensation. fees or documents being required and without recourse for such re -use. REA+V GE_IGN -1".E E^++3INEER:NG SER\»CES FOR 4',00•NERc ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED NOT TO EXCEED HOURLY RATE (Multiplier Applied) t8,3 URBAN DESIGN AND LANDSCAPE .aPO- IT_TURE,ENOINEER NG SER`/ICES FOR ^IYN','JOOD N'y'1 r= AiENUE °e',OONEPF iri AverL PJ r7f?*` ATTACHMENT B —COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE CITY OF MIAMI CAPITAL IMPROVEMENTS & TRANSPORTATION PROGRAM CONSULTANT STANDARD INVOICE To: t:,ly si rvildr-i, Capital Ir^F'-:r5 3.T-arscora!non PrrJgfam 444 SW 2ro Avenue • 8th Floor h•4arTu FL33t3u ATTN From NOTE, P Arar-] rv. +i prspe•ly !C r'sald �dY^' '1 S<-iaV outh.ijt ittr-ed ir!g+natS ONy Each n ire suSi ae .gi•9a'my I.hn..:saal ar'h.: .arid.:n Acpr.;nrlala paca-up .Sall rienss io -apt rviar.a Invoice Number Page Invoice Penrod: Frem Contract No.: Contract Title: Project No.: Project Name: purchase order No.: Work Order No: SERVICE: CONTRACT AMOUNT ^y COMPLETE TOTAL EARNED TO DATE PREVIOUSLY INVOICED CURRENT INVOICE 4N?OUNT 5 33 - S 5 i 3 i • a • S 5 e5 5 TOTAL. 5 Prror to this Invoice Rtniaining Contract Balance _ Smibeoni: f Deductions. Total Due : 5 TD BE COMPETED By CONSULTANT FIRM CERTIPIEO TRUE AMP CORRECT 3v SIONINN TINU DOCUMENTS CtHECKUST DO NOT COMPLETE. TO BE COMPLETED BY CITY OF MIAMI CITY OF MIAMI APPROVAL: DATE SIGNATURE T=�hi_E�LEa iCNiE° T� 3E5M;N !F4?C!Or Balla Late4ecehpa :. -.are p2Ca •.5 'or aaymert a•s-rs.,.ng Bi.dg.:r =eoanmran' Jeovanry ROC^guez P E ERE URBAN DESIGN AND LANDSCAPE ARCHITECTURE ENGINEERING SERVICES FOR ','1YNIr'IOOD NW 3rE' AVENUE VIOONERF 789 City f •.i a rt. Flcrda RFQ? d-17-04";' y SECTION 6 RFQ PROPOSAL FORMS 6.1. RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The. Proposer hereby a;:knowle; :ges and affirms to the contents of this RFQ. Its Proprsai thereto. ino dire lim €ation any Addendum or all Addenda have been read. understood. and agreed to by assigning and compieting the spaces pr:vidad below A;dencum No. 1, Date, Addendum No. 2, Dated ) 1,' g 44A ,a0n" Addendum No. 3, Dated }, t T <,,t��h 2 0 Ft- . Addpr.durl No. 4. Dated J �)1\ tit t o 24 ' 6.1.1. RFO No. : 16-17-049 cer,;,y that a{, a•'e ail irf;.rrraticr ccctair'ed it this RFQ is tr.e I certify that th,s RFQ is made tirthout plat- uncerstarcingg. agreement. or connections with ar.y ;cr,::crat.cn. f ri or Fersor vs.drrtrt:;rg a RFQ for the same materials. sc. plies. egTprriert. cr ser1',:es and is in all resoect far and ltr0,t Cci.u; cn or fraud. I agree to aOide by all terms and conditions of the RFQ art cert y that I aT a.itnorzed to sigr for the Proposer's firm. Please print the following and sign your name: �+ L4h Proposing Firri's Name (» r rk4') Pr n^Aral EusEness Address Terachone }y'1 Fax E-mail address. Name Ll i4L Authors ;ed S,gnaturi 'Joan Destgr and Landscape Arch dectr,re.Engineenng Sersrces ..h' A .r:trod N'i' 3'c A.ere.e Wocre%f 115 ' 90 Citycf M.ao'L IGrda RI I6-17-04,- 6.2,4 CERTIFICATE OF AUTHORITY (IF LIrvliTED LIABILITY CORPORATION) STATE Cs ��✓ l3 r i ] Ss COUNTY CF 1 /T < CAR,M=N ELY BRAS NDTAI'r P.;3_IC-STATE OF NEW YORK No 01246343731 Ova ,r.ey Ir Kings County Co—m„saon Expir$S06-20-2020 HOPES'/ =.T FY tha: a rrleC.lrr. or :; e Pr nC-p3ls of ::ie Lccai vice Lardscai_e 8 Urban Des;g1 arc: ex.s: ry order N'aw Y")rk Or" 17 and ado0IF; E� 1I VED :I'a' Je •r•fe• 6astsd as Fr:rc,cai c' •r` Lir, "a.: L ar;li :-.r Cor:.cratKri Ce 3' _ _ ! a .: cr3a J '-c exe:..!e :he Pf=ccSa: da:ed Ji,fy 25__ ^C, 1- !`.e :y ofLI;am _ .._ a.:73r: ;h13 i' Llo'I'fCorpera'or furr•er ce-r,fy Ina: a d r :;cl_' r Is rcw Ir• f.. + Fore and effq c'. fN `:V'TiNES.S 4VHERE:=1F, I have r;erz„r'„ se•, my hark" lh s 26, . cay of J4:ly 21W i Secretary SEAL1 FAILURE TO COMPLETE. SIGN AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL ,;rc.3n Ces•yr ar-,! _ands,:aae A,cri!ec:r,re ury nee-,ny Ser.rces. 'or It'e 'Pf rlw_K i. N'A 3"- Ave,'ue'Noorer! L 3c.31 O•' co or',:lti,: roe and Urban D2sigr LLC 3 City of Ntiarni Fiorida RFQ16-17.049 • 6.3 DEBARMENT AND SUSPENSION (al Au:horit, and -e ;,areas-n: If, debar a-d. st:sr end, -• • After rrasoraole nct:ce to an actual or prospectve contractual party. and after reiasonac1=: apperur.,t✓ to suer party to be heard. the. C ty Manager, after corasaltaticn wit-, the Chief Procure" -n Officer a" d the City A:tcrr.ey shall ha 0.9 the auto-1) to debar a c crtractia! p. r' , ft,r tf'.w causes Its:ed below from ccnsid't?rat.on for aw,r-d of city contracts T t :hart La for a per,d of no: fewer than three years The City Marat3er shall a 3 aa:hor:ty to suspend a contractor from cors,deration for award of City cont.:IL!L - there is prohaDie cause for debarment. Penning the decarrent determ'nat:t,r t•-•; a..th.r ty to dear and suspend connectors shniil be exercised to a:cor:lance .n regula'iorts. which snail be issued by the Chief Pron:.rement Officer after a:: rovai by the City Manager, the C;:' Attorney, and the City Commission, is.f ;r da'T.ar:r-?r r;r sI,S:??,r` o- r Irrlucte the followt..c.) 1. Gon'i,ct or for c,;r-r,ssion of a criminal offense rodent to obtaining or attempting to otter a pubor inlet' contract or subcontract. or Incident to the performance of 7i:•.t' contract or sd.bcortract 2. Comrctton under stet e or federal s'atute.s of en';;e, :errert, tne.`t trgo,ry. bnoery, falsification cr destruction of record,, rece.•.:ng stoien property. cr any other offense indicating a lack of bus ness integrity or business nonesty. 3. Conviction a^o`er st a:, or federal antitrust s:al,.tes ans•ng out of the submission of bids or Responses J. \ ofa:ron of c.,•':r3ct provisions. which is retarded by the Chief Procurement Gft;cer to be. urn,,raf%ie of non -responsibility. Such violation may Include fa lure without good cause to perform in accordance w:.•- the terns and conditions of a contract or to perform within the t me limits provided in a contract. provided that fa+tore to perform caused by acts beyond the control of a party shall not be. considered a basis for debarment cr suspension. 5 Debarment or s,:spensicn of the contractual party by any federal, state or other governrrenta entity 6 False cert,f:cation ours...ant to paragraph (c) below. 7 Any othe- cause Judged by the City Ntanager to be so serious and compelling as to affect the respcnslbil ty of the contractual party ,performing City contracts. Urb,3n 7d;iryas d rC L.inds!:ape Arrhrtrctural .ngneerng Servtcus a. 'eta \•,abbot P44V 3":; A.ert,e JI;oonur` '91 yP.D '43 et5-77.0-19 Cigar Des•gr 3,-'1 it"!;73y=' r:r tecT:.r.e �,•.�,r r,r;� j,,r'=� r,r', ;Od N ', 3ri ng F rrn :Name Narle• So,rature: Date. City of fikarri. Flprida RF016-17-C,4) (t-,•1 Cetrtificat.cin. contras for gor,c.1.3 arc: srv•Ce; sales. arid leases by the OR shall ccr:a n a c,;rt.flear,on tnat ne.tner the contractual party nor ar.y of its principal owners or perso-nel ha3 been coicted cr any of tl-e violatichs set forth acoe or debarred or sL:spiancled as se forth n paragraph () (5). iirce-sik;ne•:: rereh. conies that neither tne contrar_:,tual pa'ty nor any of its tr.n11 C'Nhecs ::iylonrei has t eon convtcted of any of trie v,olaticr s set forth above. or deta.•-•-•.:d as set forth ir paragraph (b; (5:•. n I 4 • 1 .L --Je-vokv I bar L..anescapu Archlte:ture,Ergffleer,ny SerVfCe-; •c: tnr, rorcimMi 3 Arert.e. Jcruff L31 0" C,7) Lards,:lue and Ur nan D••••i•liLLC - '93 City of Miami, Florida RFQ 16-17 -049 6.4 CERTIFIC.ATE OF COMPLIA,NCF. WITH SECTIONS 18-87 OF THE CITY CODE hereby certify that' r I c . , I '-r r-4 ,, any the (President Secretary or Principal) of I r I r:r_ ,_ �(Proposing Firm); I have rear Sections 13-87 of the Cityct Miami Frocurernert Code: (Proposing Firm) i ' , € , ,, ' '�, y 1 t f ". ' r'x r -hereby agrees to assign a minimum cf fifteen percent (15N) of the contract value to firms currently certified by Miami -Cade County as a Community Business Enterprise ("CBE"); OR Ev) (Proposing Firm) hereby is certified by Miami -Cade County -as a CBE firm and w!II se,f-perfcrm to meet the minimum fifteen percent (15'1)) CBE requirer~e-t. An active copy of the respondent's CBE certification must de included in the proposal document. OPTIONAL: vt (Proposing Firm) hereby agrees to make assignments pursuant to item (iii), above to certified CBE firms who maintain a "Local Office," as defined it City Code Section 18-73. STATE OFf #- ta`1 S ) ) SS COUNTY OF €a- R ) 1tjf-S CA. ME'V EL_YS;�A; NO'ARY PUBLIC-STAtEE OF NEW YQ K No. 013196343731 Cuatified in Kings County Cammissian Expires 06-20-2024 Before me. a Notary Public duly cg mnissioned, qualified and acting personally, appeared J e,! .%'r c?›.14Ack to me well known, who being by rrre first duly sworn upon oatn says that hershe has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and Sworn to before me this My commission expires: CO.- :707 Bonded by: Urbar Desigr arC ncsc pe Architecture, Eng!neernnc Services 'cr the Wyrwood NW 3"' Aierue Wooner` 194 IJr:':ln Ce.7,.;cir 3r`C1 _3r'C:S.-Ar_.,z Er,g.reern] Snrrice r;iY VA 3rd Or .L'l)rler` FROM: Letter of Agreement (LOA) Community Business Enterprise Proeram , CBI Local Office Landscape and Urban Design N arne of Prime Proposer / Design -Build Firm In rezr.onse to FIFO. RFP Number 16-17-043 the undersigned herby a r-ees to utilize the Community Business 'CBE i 17.7Pthe state' ork a: the stated per,.entx4e. if a..1/4arJed the can:ract. The 1 4v '. L, .._ t. I:: _I: ha_< been cor.icted and properly 4-prise'd O, the projected !fork assiznrrent;s1 tcS he " i."4 _ 1-. ... tit 16. it;I t:`.c Clt' of Miami. Fu '.vr, b,. this Lever of `Tree .�y, men[ t:7e ➢...' . _ to a''... t. r :; Cr:: c Nlian;i Procurement Code 13-8 ". as amended. \artte of the Miami-Dsde County Certified l C13#:-A; ; CBE i Certification No. l C11E- t."F: Certification Exp. -Ptpe of Work. to be Performed (Technical Certification Cate2 rt@9t Percenta_e (°/.) amount of Design Fee I F Sciercas, Inc. 1383'9 02/28,'2018 1005 - Envrpnmenta Eng ceering TSD 1 cart;'-fy that ti : r:p➢" I3tlt f 3 contained in th i form ar. tr uc and a.cu:3`,. to th. best as i i lei' 4:leu�,'e. Prir.cipa!, i reJiJent's Signature Jennifer Bc{stall, Principal Prir'icipal.President s Name Ti:1e 7/21/2017 (Dare) ACKNOWLEDCA!ENT BY THE PROPOSED CBE FIRM The enders: ':'ei 1113 ryasoraHr uncoin nit_2d cap:'cit) sufficient (incl.idin z all licenses and technical certifications) to Foy iLie sen ices consistent with normal industry pra.:tice and the ability to othem ise meet the proposal specifications. Principaj s Signature J3rres S. Bassett, PE Vice President r Da. 7-24-2017 CBE Principal s Name (Print) Title Date E Sciences. incorporated Name of CBE Firm FOAM LOA L l!'ri Urban i0?5 •"in 193 Irlamidadergav October 13 2016 Dr Pater K. Pa -Vow E SCIENCES. INCORPORATED 111 NE 1st St Suite 9fi6 Miami, FL 33^32-COCCI Anniversary Date: October 05. 2017 Dear Dr. Partlow: Internal Services Department Small Business Development • • NV/ I Strl. 15N F act For ae 33'23 T 305-3'5-1111 F 31:5-375-71e: CERT NO. 13869 Approval Date 1 C/5/2016 - SBE/AE T'E? 3 Expiration Date 2/28 2018 M arli-Dade County Smal: Business Development (SSD), a division of Interrai Services Deparment (ISD), is pieased to notify you of you- fir.m's contlnu'rg eligibility as a certified Small B.rs' ess Enterprse Architectura+ & E..g;veer ng (SEE'AEJ in accordance with sect.on 2-10.4 01 of the Code o= Miami -Dade County Your firm is certified it the categories listed below. The SBEJAE ce'tii:cat ion is cortinu ng through the Arriversary Date fisted abase contingent upon your firm :rairtaining is el gibili:y based cr the criteria ou:lired in the 3forement cr,ed code You ,tii+I be notified of your annual res,<cna ii ties in advance of the A:',-liversary Date You must sub -Mt the annual AFFIDAVIT FOR corm NDING ELIGl3i_ITY no later:har' :he A,nn;versary Date :o maintain four orgioility Your firm will be listed in :he directory for a.i certfied firms w'ich can be accessed through M'arri-Dade County's SBD website. rt, h.var^'a~r"3d cov."ousiness,business-certific ttcr-or;oram:saso. there 's a material charge in your firm you must advise this office by submitting a status change form with the associated supportir g docurrentehon, within thirty (30) days Changes rna'y irlolude. but a-e not :invited to, owrie'shl,;, cr cer3, d rer',ors, m:anagadent, key personnel, scope of work performed da'.y operations, or -going business relat:o^ships with otr.er firms or indriduals or the physical location of your firm. After our review, you will receive inst-:ctions as to how you should proceed, if necessary. Failure to do so evil; be deemed a failL:re co your part to cooperate. and will re.sul't in action to remove your f irm's certification. If you have any questions or concerns, you may contact our office at 305-375-3111 Sinceeeiy Claucious Thompson, Section Chic{ Smal Business Development Div isior CA-E_3zrCS You r r. ray bid ar; arc pale an contracts any under these caret -Janes) 01,09 - PCR- 3 NA 7FR'NAY 91S7EVS- NV32ONNE N-AL DESIGN i SRE)AE DSO' •W i5 SF AER 5-,S-1`/Arfe GIST a SAN ITAR" SEWAGE COLL(5(3EIAEl loon . FNVVGNMENTAL ENG-373RMWATER DRAINAGE DESIGN SEW (SDElAE) 1002 . Eti',+RGNAIENTA,ENGINEERINGGECLVGY SERVICES ,SRF.-AE) 1D.03 - e^NdRCAMENT.A,.ENGItvE5Ra+G.61rY .GCY SE ?NiGES 59E5AE; '105 - ENtokONRIE`+'AL ENG- .ON'A1hNAllON ASSESS IV[ON4'CR ;WI UAL) +G09 - ENNIRCNME!'1'AL E.G-REMEDIAL AG?1GN 9LAN ::E SIGN ISaEEAE) ,C09 . ENViRGN ENGVVE_:F;ELJ C,RNDW-R SL.iFWATER-PROTE-ZBMGT{SHEIAEj 5+' 33C-ENGrNEEA'NC SERN CES .SGLAE. 196 �1, Lrh3r Dps r_rltecturn - ;�fNY / jrrj SECTION E Lacai and Urbar D.:ts,gr LLC.. 197 FROM: Letter of Agreement (LOA) Community Business Enterprise Progratn ("CBE") alit •�}�` Local Office Landscape and Urban Design Nance of Prime Proposer / Design -Build Finn In response to RFQrTUP Number 16-17-049 , the undersimed 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 Finn has been contacted and properly apprised of the projected work assignment(s) to be perfurrned upon execution of the contract with the City of 1'Jkuni. Further, by signing this Letter of Agreement ("LOA") the urrdcrsi_*lre.T consents to adhere to the City of lfianri Procurement Code 13-37, as amended, Nine of the \ti:inti-Dattc Cotintty Certified CBE. [ CBE-.' JE Certification No. CBE-A!E Certification Exp. Type of Work to he Performed (Technical Certitieotinu Categories) Percentage (%) Amount of Design Fee Biscayne Engineer?rg Corrpany. Inc, 357 3/31/2020 1301-Surveying and Mapping- Land Surveying TBO I certity.that the rep-e&p ttions contained in this form are true and accurate to the best of my knowledge. Jennifer Bolstad, Principal Principal/President's Natne;' 1 i e 7/21/2017 (Date) ACKNOWLEDGMENT BY TI-TE PROPOSED CRF. FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide the required services consistent with normal industry practice and the ability to otherwise meet the proposal specifications.. CBE Principal's Signature Melissa Bolton Calabrese CEO CBE Principal's Name (Print) Title Biscayne Engineering Company, Inc, Name of CBE Finn 7/24/2017 Date 7/24/2017 Date 198 PLO N) 16-1'-O4 `.'rhir Dasi ;n 9r, i_� _aoe �f=i. r_�,_r, Ena ' 3 5,?r'r ,: r r'y ,• N1'1'1 3 1 a inrnu' Vli CI,,rt MIAMIDADE �1 mi:.midade gov April 10, 2017 Mr. George C. Bolton BISCA`(NE ENGINEERING COMPANY INC 529 N/ Flaglor St Miami, FL 33130 Dear Mr. Bolter: Internal Services Department Small Business Development 111 N'rd 1 SEuxt. 1T'h Floc M lams. 1- ivh i 331213 T 363-375-34I 1 r 305-315-.110 CEP,T NO: 357 Approval Date: 3/1512017 Expiration Date: 3/31'2020 SBE:AE TIER 3 M,ami-Dado CGIJrt'y Small=,1_Fsiness De'ie1 :.anent (SSD), a division cf the Internal Services Department (LSD) has ccr plet,d :i'e rev knee of y:oiir application air' attachments submitted for certification. Your firm is officially certified as a ,M, mi-Daije Court/ Srn.jll Business Ent= rririse Architectural & Ec ineerIng (SBE.': E) in accordance with section 2-1'i 4:01 of the code of Miami -Dade County. This (E.'AE) certifcatier is valid for thr,e years provided that you submit a "Continuing Eligibility Affidavit" on or be= _, anniversary date of (V arch 15) for the first and second year of the three year periror' T - t,davit must or no C'`ai'ga_,, in y^llr firm ceitlnent to your E...- ,.. _ ,,..i3,.j A,da.•, annualiy'lvltta specific supporting decor'. _ _ _rry Date is ra { trl ;i ''1. the three_ year ce .cation. You will be notified cf Ibis r- �%,;'t Nitthe said responsibilities may est.l ii' actor, T,- -=r;iiy the firm. if at a' '/ •ir'o t!'-"e is a material change, in the firm including but not Ilmitedto. ownership, officers. 1 i fir_ '.:.r sr..iyi:e of work beir-c, performed. dart/ cperat:crs, affi„ation(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 t.crtaly its;r'.Jc,:, .s from this ffloe as to hcw you should proceed, if re:essary. This letter will be the only a:.oroval rot;fi;.:1`011 issr.ied for the duration of your firm's three years certification If the firm attains n"ectuation or becomes inerigihie during the three year certification period, you wilt be prooerly notified fo'lo'rrintl an adrriiistrative process that your firm's certification has been removed pursuant to the code. Your compx7y is certified it the categories as listed below affording you the cpperturity to bid ar.d participate or contracts with S013i! 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 -data certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firr;s1 Dir ctit i at the wehs;te mierejd3rtn.gov1Srrallhusiress.lce_`tiftcatisr-pr0gr;ms.asp. Thank you for your interest in doing business with Miami -Dade County. Sincerely, Claudious Thompson, SBD Section Chief Srnail Business Development Division 199 Local 3ft,ce wand-sc10e and urban Design, LLC Letter of Agreement (LOA) Cornmunit\ Business Enterprise Pro�tIrani (-CBE) VaPp mos SECTION MUST BE COMPLETE' EVE PRIME FROM: Local Office Landscape & Urban Design Nance or Prime Proposer 1 Design -Build Firm In re,pon,,• I R Ft? R FP Number 15-17-043 . the undersigned herein ae_rees to utilize the Comtnunit\ Business Enterprise 1-'C'13I=°-1 firm listed hero\+. pertormin_R the stated +\orl, at the stated percentaue. if a' arded the contract. The undersi_�ned further certifies that the tirnl has heen contacted and properl} apprised of the projected \tiork as,iennlent(s) to he performed upon e\ecution of the contract ‘‘.ith the Cit. \ c \Iiaini. Further. h\ siunin. this Letter of .-\ereement ("LO.1-I the consents to adhere to the Cit.) of \Iiarni Procurement Code 13-37- a, amended. \.Ilnv ort:rc tilianti-1).jdc ('rmnit t crtiliert ( I31•:- \ t- ( It ( ertiriculiort \u. ( 13F:-1 I- ('ertincatiult t-\p. I pc nr11 orb. to he Per•I'nrrncrl I Fecimical (er-rilicatiou ( ate;!=tr•ic.t I recrtra�c 1"1,1 Intnunt ol'I)e.iun het Susta=nabie Magri, Inc. 15731 ji Community Outreach & i Public Relations certif. Aliat the repr ntata; .. con,.uned in this Form are true and accurate to the hest of un . lkno\\ iedee. ' ' Jennifer Bclstad Prtnc:pa' Principal President's Lame Title 813112017 s'#` � ; F 0, 4-tH/ ' t s. � h �7 C.. sr.- r `•r�v3i�F`i�+�"�.�[". _ rl.ram TBD 7.23,17 ( Date) ACK\c7E\ LEDGVIP'T BY TIIE PROPOSED CBE FIRM The tlnJersianetl L:I',iornniined r;apacit\ sufficient tinclurfin all licenses and technical certifications) to pro,. rd the reg..lrresi sen. ices cor,i,tent \\ ith normal industr pi i tIee and the abilltl to othem ise meet the proposal Speer fications. CBE Principal'; Si natur Margarita M. Fernandez President CBE Principal's Name (Print) Sustainable Miami. Inc. 7/2812017 Date 7/28/2017 Title Date Lame of CRE Firm FORM LOA 2'30 M I A M I• DADE �.t�+....,�. 2.11 "Os hIrwrjrir j . "..Ir ; SUST,'.'r INC Internal Services Department Small Business Development 111 N'.'i 1 r -at 1; Mari F'GnCa 3312a CCRT NO 1573; A rr7ynt 17.3'c C8 212..L'211 - 1,'I!2`C.32•C E.t-.4r31:,:r. Datr.. C ,;J _(, D7, ..- dr,•,.,i.d s _ ^Ir E-, ,i i .1.;, r. rnai D4i '"I '� ;: t: 7; YO.r lJ:CIc +':r ."'rd 3i.1_r. yl`i;;`isifr.(' r"e nIt:•''1 fr.rt,1;3';;'•r Y)I.,r'il". r3 3 > !3 'bliarr,i Micrr. Srr,ir Bus,nras Fnir rpre_se (N.111.2k0: 5rif , In 5::•-'ior 2 3.1 1 • 1 Jrr 1.1_I, vurtr "J.-al J. :i 3,Cr"it a 'Ccr^mum, E ' , T,'-. i,,._. .,-. ... - � -''- -:: - , •.-:: I."_ firr ., ., lr+lir,?,y •_ , •-,i ..t ,- ;Sir Pl^P+r - - a' I' , 'I 5 '.'Y-1t1 r)If1. r _; T 171. - it _ 4,f ;�. rt..•tt -.7:J^.r- fli , ",i I1' - - ;11-ess Gq':•°' S:. _...,I r F.rrns' Direc.tcnj 3' - 1:rrl for d,,r'.; "7.,..3ri-r_a5Miami Dave Ccurti. Gar/ N ar;fie::�i C .is,cn Drr .: r S"I.e iI E, ;iness ❑evel'c-ment D'.isior Col rE1 O —1IES' ;!.r firm rn,a . - -Jr pa,licirate on contracts orfy under these ,.3legories1 COr•iSI.I_T Nr-, s. F,...: _ _ . LIIC'.f1;'.. .. a ',IiP,lS r Lac' 1s:7Cr'_ anrj IJV al, De5,cir LLC 20' 1..1,. Fern;rrrdc,z SUSTA N LE r1:Ejus! 2'D 2O11 Cert Nr3.. 15'31 .VI:'P ';Cr:r'IC L3,,r•v Jorr,cr 5 202 c,� ' • 1�_r7_n..l y' U•h.1r D.: ;!" 301 T; jr->,,•?r..^'h }rr Title: Urban Design & Landscape Architecture/Engineering Services for Wynwc List of Subconsultants RFQ No.: 16-17-044 Completion of Form This form is initially to be completed and submitted with the RFQ listing all Subconsultants to be used under this Agreement. This form is to be updated after award of the Contract as additional Subconsultants are added or changed. Identify the type of license(s) the company has and note any SBE, CBE, CS[3E or DBE (Miami -Dade County) or (FDOT) certifications. No other certifications are being requested to be identified. Submit additional pages as necessary. Name of Firn1 Address Scope of Work Professional Licenses Business Category FDOT/SBE/CBEIDBE Certification Value of Work % of Work Local Office 4 Landscape anti Urban Design Biscayne Engineering The Street Plans Collaborative 61 9t17 ST. SuiteC3, Brooklyn IVY 11215 Lead Landscape Architect & Urban Design LA666/305 Design 7 Engineering DBE TBD TBD TBD TBD 529 W F layler 5t. Miami FL 33130 464 S. Dixie Highway, FL Surveyor LB 129 5BD/CBE TBD Design Architect &Traffic Civil and Coastal Engineering TBD Arclarnan and Associates 2608 West 84th St. Hialeah, EL 33016 Geo-Tech 5950 / L40551 Geo-technical Engineei my TBD TBD Coastal Systems International 464 South Dixie Highway Coral Gables, Florida Architecture and Civil Engineer 708/ Cnviionmenlal Civil Coastal Engineering TBD TBD Lisa [laniinr�r P.O. Box 330203 Miami, FL 33233 ISA Arhoiist 50-0758 Arborist TBD TBD Note: Business Categories: SBE = Small Business Enterprise, CBE = Community Business Enterprise, CSBE = Community Small Business Enterprise, DBE = Disadvantaged Business Enterprise, FOOT = Florida Department of Transportation Nance of Proposer: Local Office Landscape & Urban Design Nance of Individual Completing Form: Jennifer Bcslstacl FORM C-1 04/12 Title: Urban Design & 1 andscape Architecture/Engineering Services for Wynwc List of Subconsultants RFQ No: 16-17-049 Completion of Form This form is initially to be completed and submitted with the RFQ listing all Subconsultants to be used under this Agreement. This form is to be updated after award of the Contract as additional Subconsultants are added or changed. Identify the type of license(s) the company has and note any SBE. CBE, CSBE or DBE (Miami -Dade County) or (FDOT) certifications. No other certifications are being requested to be identified. Submit additional pages as necessary. Name of Firm Address Scope of Work Professional Licenses Business Category FDOT/SBE/CBE/DBE Certification Value of Work % of Work Sustainable Miami Inc. Nina Johnson E-Sciences Alit ed 1. DuPont Building 169 E Flarllcr Street, C,315 NW Znd Ave. Miami, FL 33150 111 NE 1st Street, Suite 906 Miami, Florida Community Outreach/Public Relations Art Specialist Environmental Specialist N/A N/A Coniirronrty CBE TBD TBD TBD TBD Arts TBD TBD Environmental SBE/ CBE . ousluess t,areyorres: 5tst = srnau business Enterprise, CBE = Community Business Enterprise, CSE3E = Community Small Business Enterprise, DBE = Disadvantaged Business Enterprise, FDOT = Florida Department of Transportation Name of Proposer: Local Office Landscape &Urban Design Name of Individual Completing Form: Jennifer f3olstad Date: 6/22/17 . Signature: r1 Ni'd% 3,1 2. FORM C.1 04/12 City of 14t; 3rnr. Florida RFQ 16- 17-04:+ Mat 6.4 C ERT1vIC kTE t)F CO\I PI.I.* .(E 1.5 11 H SECTIONS 18-87 OI TUF: CTT1 CODE. I. j i:_ ,' ' , .- If r r '- ; hereby certify I ` ' ' 1,, ; a- tf-'e (Presidert.Secre_ar'y or P-ircirai. cF i .r t . - - - * , . . - -, (Proposing Firm); ii I have read Sections 13-87 of e Cr.,/ cf ,Miami Procureme.m Code: id Firm It; i' r ,, `. �_ i ,• r_ t 1- ^ e r-r (Proposing � - . ^ - �, -' 'r'-'lY'er:,by a� es to I ass;gr a mlr'. rr .n of fir - en percent t15),0) c the ccr::r Sot value to firms currently r,ert,flei: by,Mia-n,-CaCe County as a Community BL:siness Enterprise ••CBE"y: OR r'r1 (Proposing Firm) I•ereby Is certifee b7 Miami -Ca : v County as a CBE fir`n and w'ii self-pe"fc-Jr; , to meet t-e mirir un: fifteen per:e-:t (13' CSE requirement. An active copy cf the respondents CBE certifcation rn,ust be irr!d',_ „ in the oropcsal dec.-Jr-lent. OPTIONAL: vi (Proposing Firm) hereby agrees k n,aha assgrr'ents pursuant to item (iii�, above, to certified CBE tans w` ma;nta•n a `Local Office." as defined in City Code Section 13-73: STATE OF R#€3A r, s't )SS COUNTY OF RlrAVra = I CAELY ERAS N",r,13Y P !4,_6C-STA'E OF NEW YORK No Ot3A6343/31 Qualified ;n Kings County AAy Comm;ss'on Exa,rgs Ofi-2O-202Q' Before rre. a Notary Public duly commissioned, qualified and acting perwonaily, appeared `? A--1 to me well known, who being by me first ddy s^worh upon cath says that he, she has been authorized to execute the foregoing Certif;cate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and Swum to be`cre me this ` of J, 11,( .20 / My comrnissron expires: C ;(1; f% •r /� "� Notary Public Bonded by: Lrit ar =es'gr arc Lares,.ape Afchltec:c•L,Engineerng Sauces for Ire 'llyrwond N'Ai 3'''- Arerue Wocncrs tati of Flfilli at Zara L CI C' _lr,-1;=3r_,.3 3rd I.),tar+]r _� Y 05 BUSINESS TAX RECEIPT NOTICE AS A NEW YORK STATE BUSI^iESS WITH PHYSICAL LOCATION IN > LORIDA, WE ARE ADVISED THAT WE ARE NOT REQUIRED TO OBTAIN A FLORIDA BUSINESS TAX RECEIPT. --LOCAL O=!=ICE LANDSCAPE AND URBAN DESIGN LLC LOCAL OFFICE Pablo Ceja (pablor tocaloffice'1andscape comma Fwd: Notification - RFQ 16-17-003 Urban Design, Landscape Architecture and Engineering Services for a Flex Park at Virginia Key Chancy Ssc;a - To P3: ... _ . niam,.; corrl> G,nill nr„rnin, Wed Jul 13 2J1 7 at 9 57 A:l :ape comma 'iicelandscaae com>, Waiter LccalOfficeLandscape Ca -men Bras <carrnen,W,ocaicffice€andscape corn>, City of Miami City Clerk's Office 10.,1u1. tire) r#,„ , nr,r h:),.' rr I,,,,a111rt'i121' Nvirkin \I, un n-1).iJ,' f'nttnrti . ruu :)r'{ c,nrr+'rr. your• firm i nor )•,•rlerir�•.I to <:1 [)tlar rr to .''7)l I)ll-lie« tax rt'. e)pr. . Thank yuti. lir�t)Cr•Ct11111, Sade Chaney I)epartnn>nr ul'I'rneuremont • Lyre of Jti:rmi 3+c5-41 ,-19c3 - 9t' From: Pablo Ceja [ma ilta:Fablc iocalef Icelandscape corn] Sent: Tuesday, July 18, 2017 5:42 PM To: Chaney, Sade Cc: Jennifer Botstad, µ!alter Lacal0fficeLandscape; Carmen Bras 206 c'ca _-''-`7l ,11` 3,, _,3r J )C,:". dr ' 1 jar ,'1:.o} ,r 3rr1 • ar. ''a • • • rss. a. . ,i a R• +xac �«w rapt mar wa guys any- awn ^;w�xJ+�•'_^- ayea • r . Airu r,• • '-*itb" Wdr or maewar11 tf