Loading...
HomeMy WebLinkAboutBid ResponseFLEX PARK CI TAS I KIMLEY-HORN j URBAN ROBOT ON A SECTION A - Pages 2-117 1 Table of Contents 2 Proposal Cover Letter 3 Proposal Narrative 4 Prcposer's Qualifications 5 Proposer's Project Experience 6 Proposer's Reference Form 7 Qualifications of Proposer's Team 8 Key Personnel, Proposer's Workload 9 Resumes of Key Personnel 10 Team Organizational Chart SECTION B - Pages 118-137 1 Qualifications of Project Manager 2 Project Manager Reference Form 3 Resume of Project Manager SECTION C - Pages 138-143 1 Design Approach and Process 2 Technical Capabilities and Methodology SECTION O - QUALIFICATIONS - Pages 144-195 1 -3 Lead Design Architect/Reference/Resume 4-6 Urban Designer / Reference/Resume 7-9 Environmental Specialist/Reference/Resume 10-12Traffic Engineer/Reference/Resume 13-15 Landscape Architect/Reference/Resume 16 Current Workload Capacity for Proposer SECTION E - Pages 196-243 1 Exhibit 1- Agreement 2 RFQ Proposal Forms SECTION F - Pages 244-271 1 Letter of Agreements (LOA) 2 Form C-1 List of Subconsultants 3 Certificate of Compliance 4 Business TaitPeceijjt 5 Copies of Miami*D 4C o p _G 6 Not ice of Qualifications (FfJ s"`t ;� �_ _ PROPOSAL COVER LETTER PROPOSAL COVER LETTER Request for Qualifications Proposal Cover Letter RFC) Title: sign Services for a Flex Park at Virginia Key RFC) No.: 16-17-003 Proposer (Legal Company Name): Civitas, inc Address: 1200 Bannock Street, Denver, CO 80204-3531 Proposer's Internet Address: ww.civirasinc.com FEIN #: 84-0939557 State of Florida Corporation No.: F' 14000o00904 State Incorporated/Organized.: Colorado,1s54 Proposer's Contact Person: Mark W. Johnson 7jtle: President Telephone #: 303-571-0053 E-Mail: mjohnsonecivhasinc.com Certification of Compliance The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in Section 18-107 or Ordinance No. 12271. We (I) certify that any and all information contained in this submission is true; and we (I) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials, supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (I) agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name: Proposer's Authorized Representative Name: Mark W. Johnson Title: President Signature: Date: June 26, 2017 Request for Qualifications Proposal Cover Letter June 26,2017 Mr. Todd Hannon, City Clerk City of Miami Office of the City Clerk 3500 Pan American Drive, 1st Floor Miami, FL 33133 re: Qualifications: Urban Design, Landscape Architecture and Engineering Services for a Flex Park at Virginia Key RFQ No.16-17-003 Dear Mr. Hannan and Members of the Selection Committee: It is my pleasure to submit these qualifications to prepare a Conceptual Plan and Schematic Design for a World -Class Waterfront Park on Virginia Key. I have visited the site and note the beauty of the location, with its beach, views and sense of place - but also its challenges - the requirements of the Boat Show, access, and the challenge of re -activating the Marine Stadium. Civitas is a leading Landscape Architecture and Urban Design firm with maritime and waterfront projects in many cities. We have multiple project experiences with working waterfronts, ocean piers, and the challenges of high volumes of access, port security, cruise ship operations and the movement and security of large volumes of people on urban waterfronts. We have experience in Miami, having completed the master plan for Museum Park with Cooper Robertson. Phase One of the project has been completed in support of the Frost and Perez museums, with an emphasis on completion of the Baywalk. I will act as the Principal -in -Charge, Project Manager and Urban Designer for the project. We will work in close collaboration with George Puig, Lands:ape Architect with sFmley Horn, and his multi -disciplinary Leam of engineers, transportation planners and environmental specialists: and JJ Wood, Principal and Architect with Urban Robot, a young, innovative firm with the skills and sensibilities to work in conjunction with the Marine Stadium and R,J, Heisenbottle an architectural expressions that relate to the dominant style of the stadium. while introducing human scale and character to the park. We will be supported by a robust team of local and CBE consultants with expertise in each discipline needed to make Flex Park a success. Foremost among our effort will be our plan to reach out and engage the agencies. stakeholders and communities that will benefit from, and be impacted by the project. Civitas has a long track record of positive outreach efforts that have led to community -supported results. I look forward to your review of our team qualifications and to present ourselves in an interview. i.J Mark W. Johnson FASLA President 4 5 PROPOSAL NARRATIVE Request for Qualifications Proposal Narrative Form RFQ Title: Design Services for a Flex Park at Virginia Key RFQ Number: 16-17-003 Name of Proposer: Civitas, Inc. In the space provided below respond to the requirements for the Proposal Narrative specified in the RFQ. Civitas was established in 1984 with a focus on the design of public space and redevelopment of Brownfield sites in American. cities. Since that time Civitas has led projects across the country and Canada, with nearly $1 billion in site and landscape construction completed to date. Civitas staff is highly stable, with several staff members serving for mare than 10 years with the firm. The staff consists of landscape architects, urban planners, urban designers and architects with a breadth of design and technical skills. Mark Johnson, Principal -In -Charge, Project Manager and Urban Designer, is well known as a thought leader and major influence on trends in urban landscape design. He has led projects ranging from the North Embarcadero and Plaza de Panama projects in San Diego, to the recently completed Museum Park at the North Carolina Museum of Art; Plaza One in Greenville, SC; St. Patrick's Island Park In Calgary; and Julian B. Lane Riverfront Park on the Hillsborough River in downtown Tampa, now under construction. Mark will be supported on Flex Park by Craig Vickers, Principal, Civitas and Lead Designer; and Robin Rooney Norcross, Project Landscape Architect, Craig has been with Civitas for 25 years and has led the design of our most complex work. Robin has been with Civitas 10 years and is currently Landscape Architect responsible for completion of Julian B. Lane Park in Tampa, a $36 million park that creates a new paddle center, community center, a re -designed sea wall and docking facilities for crew boats, dragon boats, kayaks and paddle boards; a major picnic area and playground and new facilities for football/soccer, tennis, basketball and informal performances. The project is currently 65% complete in construction. Civitas brings an inclusive approach to design, emphasizing outreach to stakeholders and community as the foundation for park programming and conceptual design. In Tampa, Mark Johnson personally led over 40 one on one interviews with West Tampa citizens, to gain an understanding of the historic issues in the neighborhood and to build communications based in trust. In San Diego. Mark led over 20 pubic meetings to establish a balanced program that led to the North Embarcadero, a half mile of urban waterfront that welcomes people while supporting a wide range of commercial maritime operations, including port security during cruise ship homeport days. Civitas is widely known for the ability to think big while remaining very responsive and pragmatic with costs, technical issues and approvals. In Calgary, Civitas proposed {and built) a concept to cut a new river channel across the island in the Bow River, to create a new linear wetland within the island, and to build a hill 10 meters high in the middle of the floodway. This trio of big moves make the island engaging and accessible for families while also irnproving flood Rows, safe water access for kids, a restored ecological condition, and new activities year-round. These ideas came directly from the community engagement process and led to full approval and implementation of a project that far exceeds expectations while achieving challenging environmental approvals. Civitas will be the most committed and responsivefirm, and team possible for the Flex Park. We will treat the project as our first priority and have committed the resources of the firm to success. PROPOSER'S QUALIFICATIONS Request for Qualifications Qualifications of Proposer Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a Proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a Response as non -responsive. RFQ No.: 16-17-003 Name of Proposer: Civitas, Inc RFQ Title: Design Services for a Flex Park at Virginia Key Primary Types of Services (residential, residential high-rise, mixed use, offices. park facilities, viva offices, etc .): Landscape Architecture„ Urban Design, Urban Planning Type of Firm: Corporation 0 LLC ❑ Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other ❑ Certified Small or Minority Owned Business: Yes E] No El Issued by (name): Type of Ownership Certification(s): General Corporation, US ID 84-0939562; Florida F14000000904 Is this the Proposer's main office? Yes 0 No 0 If No, main office location: Will Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑ No 0 If yes, location of these offices: Number of years in business under current name: 33 . If firm has undergone a name change in the past 5 years, provide prior name and number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design -Bid Build: Design/Build: CM@Risk: 3 NIA ❑ Private Sector: 10+ Federal Gov't: g State/County/Municipal: 20+ City of Miami 0 Name of Projects: St Patrick's Island, Calgary, Julian B. Lane Riverfront Park, Tampa, and Museum Park, Raleigh, CM@Risk; North Embarcadero, San Diego, Plaza de Panama, Stapleton Parks, Denver Municipal. Residential/Residential High-rise: Office: Mixed Use: Retail: LEED or Green Globe Certified Projects: Other (specify): In the past five years Civitas has completed the projects named above plus Master Plans and Schematic Design for Back to the River, London, Ontario; Rivers District Master Plan, Calgary; Crystal Drive and Crystal City Parks, Arlington, VA; Finlay Park, Columbia, SC; Wayzata, MN Lakefront; The Haven Project, South Bronx, NY, The New York Restoration Project. 6 7 PROPOSER'S QUALIFICATIONS PROPOSER'S QUALIFICATIONS Number of Employees: 20 . Licensed Architects: 3 Licensed Engineers ° LEED-AP Professionals 1 . Licensed General Contractors ° . Licensed Surveyors CTQP Licensed Inspectors 0 . Other (list) Landscape architects] List, explain and provide the status of all claims, lawsuits, and judgments pending or settled within the last 5 years (Please add additional pages if necessary)', None Brief History of the Firm (Please provide a brief history of the Proposers Firm. Civitas was established by Mark Johnson and Ann Mullins in Denver in 1984. Since that time Ann departed to enter sole practice in Aspen, CO. Mark Johnson is currently the sole shareholder of a Colorado Corporation. Civitas developed a strong portfolio of regional master planning, urban design and park projects into the mid 90's, and then grew rapidly to become a leading competitor for nationally significant public space, urban park and waterfront projects. In 2003 Civitas began an effort to resolve long-standing conflicts eland use, circulation and parking in San Diego's Balboa Park, achieving an approved master plan and schematic design- Since 2011, Civitas has led the effort to redesign the core of the Park, known as the Plaza de Panama, to remove the parking that fills the space, build an 800car underground garage, a bypass bridge to route vehicles away from the historic core of the park,and to replace 6.3 acres of vehicular paving with new landscape. plaza and pedestrian facilities lot people. The project has survived a variety of environmental reviews and will begin construction in 2017. Civitas has won dozens of awards for master planning, schematic and built projects. Notably was the firm's plan for the Los Angeles River Revitalization Master Plan, a collaboration of three landscape architects and engineers but led by Mark Johnson of Civitas. The project wan fully approved in 2007 and today Is moving into phase one Implementation, and has wort AIA, ASLA, APA and ASCE awards. Civitas has developed the ability to approach projects from the earliest stages, applying our expertise in urban planning and design at the Level of entitlements and programming, through our highly skilled staff of designers who have now built nearly S1 billion in constructed works. Civitas core strength lies in our ability to listen, learn and incorporate multiple points of view into design. Mark Johnson has personally led over 1,000 public meetings in his career; but there are another 10 designers in the firm who also routinely lead stakeholder and community meetings. in recent years our built work has significantly exceeded performance expectations for attendance and partklpatlon. In San Diego, visitation to the North Embarcadero has at least doubled since implementation of the project, in Calgary, S. Patrick's Island is an unprecedented success, and our newest built project, Museum Park In Raleigh, achieved an attendance of 25,000 for the opening and more than doubling of previous attendance weekly since November. Civitas has provided professional services continuously For 33 years, Civiras principles are members of ASLA, AIA, APA and 11Ll. Mark Johnson, founding principal, holds Florida LA License 0 6662016, and Civitas is registered as Florida F14000000904, List below the names of owners, officers, principals, and the principal -in -charge -of the Proposer's firm together with the title and percentage of ownership (add additional pages as necessary): Name Title % Ownership Mark W Johnson President, Principal 100 Scott Jordan Treasurer, Principal 0 Craig Vickers Secretary, Principal 0 Chris Parezo Principal 0 By signing below Proposer certifies that the information contained in Form RFO-QP is accurate and correct, Proposer further certifies that it is aware that it the City determines that any of the information is incorrect Or twice. she. City may at its sole discretion reject the Proposal as non -responsive. By: Signature of Authorized Officer Mark W Johnson Printed Name June 26, 2017 Date President Title $ 9 PROPOSER'S QUALIFICATIONS State of Florida Department of State I certify from the records of this office that CIVITAS, INC. is a Colorado corporation authorized to transact business in the State of Florida, qualified on February 26, 2014. The document number of this corporation is F 14000000904. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report/uniform business report was tiled on January II, 2017, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the Stale Of'Florida ut TatIohassee, the Capital, this the Nineteenth day ofMay, 2017 16% 04t1 Secretary of State Tracking Number: C110181918373 To authenticate this certirieale,visit the following site,enler this uumher. and then follow the instructions displayed. h l t p s ctl s e s i ces. s u n biz. a sg/ Fi I i n gsWCc rt i ri c al eOfSt a t u s iC ert i he ateA u l h e n tirat t o n 10 attached additional page. c ° 2 C 5, a PROPOSER'S PROJECT EXPERIENCE 0 4 nt and restroom spaces, lighting and wayfinding,. cks; plantings, shelters, resta 0 Signature of Authorized Repres Mark W Johnson 1- Printed Name 11 PROPOSER'S PROJECT EXPERIENCE Request for Qualifications Qualifications of Proposer Completed in the fall of 2014, the design for San Diego's waterfront improves the framework of an existing master plan that proposes unique park spaces along this one -mile long edge. called the North Embarcadero. A water quality band becomes the visual tie for the length of the promenade setting precedent for sustainable principles. On this first site, a strong symmetrical landscape of local jacarandas bosques frames the pedestrian entrance into the city on Broadway. which itself is lined with majestic palm trees and artful lighting fixtures. Furthering a sense of unity. architecturally -bold kiosks. restrooms and cafes punctuate the promenade and a discreet undular paving pattern loosely recalls this coastal setting. While creating a world - class urban space is of high importance. integrating the needs of the arriving cruiseships and their ensuing high traffic made a circulation program and durable -material selection essential to the success of the design. 12 PROPOSER'S REFERENCE FORM (its of jiianti Denial .l Alfonso City Manags, To Whom II May Canter.: Subject Rolerenra Leber tor Prosaism, as defined in FIFO No. te-17-003, 1 he Fuld mg Sudden to he Completed by the Propae1r. Nmno of Plopnser Civntas The above refeionced Prnpdsor Is rorpending to a Request for qualifications fRFO) that has been issued by the Clty of Motet We rsqulret Ihel the Proposer plojlae widen references 1er the prolacrs sulnmlled to support theirqusllOcauons statement far the RFQ. The Proposer is requesting that youas the Owner of the pollen' relerencbd hetow. provide the toiluwing Information, as weed as any other pertinent information Your Insigne is apprer atee Name of Project: NOIIh Embercedero Vlrmnsry men 1NEVPI Phase 1 The Frrlloning Semen IU bo Completed ty the Raquel Owner Swipe of Wwh tar Retarenced Projerl: Scheele* a Foal Dnwon. Deslpn Support daring corts,useen Value of Prefect S 25.F In runioniceon owls Type nt Peeled: P.rtees wursoWptearenl Red000loamaol Preded completed on time and within hurtgsl Yam El Na Project bete iort ll no. was the Proposer at fang or contribute to she deley(0) ar increased oae17 0 Yes l No amity of Services 0 edove Expectations 0 Average L9 Below Expectations {Ate. a.n+ JIIfa,:µmraa In4M1l w¢re I.ner envre.od on.... ihun mrtl.+potcdf Did the Proposer melds Program Administredon Services? @ Yes Cf No 0 Lemuel Scope Did the Proposer provide Production Management Services? I1 Yes 0 No a Limited Soaps Did the Proposer provide Construction AdmlNotrolion Services/ @ Yes 9 Na 'r.J Tended Scope Was the Propeeer responsive :ogre Owner? 0 Yes 0 No Woo the Proposer timely la Its reviews sad submittals? f Yes 9 No What Spnr.ially Services did the Proposer pedarm7 Please type in the held below to provide bommonls 'Menem.* he ettochre see,. >p1 pope es nicer See null page Nemo al Protect Owner. NELP Jon Pnwrra Autwdly.'Genhe City Development Corporation Name d Project Owners Representative' Gan' 4 A Signature. of Project Owner's Representative: Des.: Serrib, Cnnspucdan Msnaper Telephone, 610 11e18130 E-mail gheseee'?skteadeldo-.ow date: .one 9. 2017 Sincerely, Annie Perez CPPO Opoctor Procurement Depanmanl APO P0A anwaxe raaaep & 13 PROPOSER'S REFERENCE FORM alp of jt iunni Ganrel d. Aflurls° C. ly Managor Ptease ndllts the space below, as necessary. In 20011h,a Request for Quakeraeons process for Pnase 1 of pre North E0Baec&iero 4laionary Plan IN0Vf'I was tompl0ted. n'Ite plcga3 was 10 be pansrormalirs Tor !kw westsrn watsrf,004 a! dew.n1OWs San Purge. h was a m jar urrdertakirrg. and futons phases waukt rely do the uuxass.nl dtd Prase I. A,ka4 Foams Aulhasty was formed Ea gavot. Me dumprt and immlumonlaoon al Mu prefect and Included IId ma member Agencies. the pay of San Diego. me Part of San (lags and ttu Fledavelopnl0tl Agency of the pity ul San Diego. The first links I rho! Mark jehnene was curing h,g into Me. Mr Ms jab, Glvsn the many successes he find his Igor had amassed fiver tyre years, 4 espeuled tre lypicat. Mg ego, amappraachablo. 'just leave a to vs` attitude I sue from so many bitter aruhaeclo, What I saw was a goal partilseras Fn the agelltue or hlnse9 and his learn, d deep passim and commitment to h!e wok, and !he{.raliertoo le engage as many Interested people us he could rally, in jhe decislertpr0crseualor 6nnging the wafer/romtto A prolscl anal rrwst Cay's wesilt1 oobrace, saw Its °bwsuspuhliebsnsid th rinse in Iho Icsel pruas. np'u91t1 at Ih0 mess fire se two other con everalal, adjacent, but completely swearers proiactathedelm nowars Authority member eg0ncl00 were al bomb al MISS, 91wn9 40M1IIILI n9 dnechon SO the design Main based upon their unique pollres, Over its hoe -year aeon Su deston, entitle, and permit Ma project, i saw Mark oopartly manage Ids design learn, win the conhldance of stakeholders, an0 challenge are owner teeth 10 511001h toyond 01eir CO3nlert zon0 to d61Nmr a greyest, Nei wended everyone's axpopialoos. Mar#•a years of expos -enure in wsletlydnt redevelopment NIfWn him to ptaside superior leadership and N+Nun to the prolusl teu+n without beeramg lu spend harry analysing wishing cendelonr or plane. He. has Er uncanny ability le provide Ilia project with NM Zhu right nudge el /NS right lima. He does goo wNr no atregappn or pries. oho palerence weoid be to lake Ins corner ono colonial stroll through Ito ✓ ed0u0 i50h1a, pry Idlrlg flumeta/1S options along to the way, ao ihel by ilia lima you arrir0 al ohs loluhnn, i) was your idea all slang. Indoln9 Iris wdh all the penlclparts, from design Worn mambo's, so stakeholders, to ownnrsirip, he ueales a toup ul people 94 Working lowshd ohs same globous goal. He mews that mongols the soacstsslul rs,mplakon se the helmets, goat to provide a City ns1l a new. grand, public open spade, that 9'e cast el h undreds fiat are involved in Illo design of Mheso prtleS16 must all hove o mle,.nu matter how small or how tea, in the t1nlsned produce. Mark is a malchmak0r. 'le muhus maple lull In loop with these piclecln, and provides the vlstdn, Ise leadership, the Sects libel resources, and the de6mniort to de whatever la rlecsessoyto 09l these pra}I,c1e done. Chita. AA01epttnailalnsmenl soUlstxl add dna Ohara are element, moat their deadlnas, and step mho Imam leadership roles when the Iead15 marl trachea well. ISM/MGM./ the Cleans loam lee dteir quiet Goadenoe, seal! and lamely feedurehip skills, accessibility and patience, and!base areal quotes Mark always jell wan the Meese nb0Waper Ur solaria on Mogen X.F.0 Pea Hawse tYlwla}e 14 m 77, a a 0. a ra4 a E 0 amp 7. E .R a N U LL E m O CI N C E o a-i 0 m m a a'a a u E 10 ©A 1=A N _ d ▪ ytY O 6 lO ad 2 m▪ a as lr' E£0 U vat v m o ^tea mq' v a • C N U 15 ,t8 E a ll = y c in 9 E m 3 w E S -I:, O L a N as d m c a . m E d=n '9 c OrS = rn O` 10 N a m dL G 0 IY 0 m 6 w Z C u,t42. o a a m e m m O 0 m p a 'p a `a a 6 ai O a a h£¢ i7 w z 4 Z C U 0 d O a` 4 Z PROPOSER'S PROJECT EXPERIENCE 4 Z Irian priority and park space. Numerous legal challenges o 1- .7 0 3 5 15 PROPOSER'S PROJECT EXPERIENCE Request for Qualifications Qualifications of Proposer pr Civitas has an fi year, ongoing history of park master planning and design in San Diego's Balboa Park. In 2002 Civitas was a subcorisultant to Jones and Jonas for the development of the Balboa Park Land Use, Circulation and Parking Study. Mark Johnson Became the leader of the project as it progressed and Clvitas completed the project and deliverables with support cram Jones and Jones. Crudes completed the project and achieved approval of the plan in 2005. In 2006 Civitas and Tilghman Transportation continued the work to prepare the Parking Management Plan for the park, which established a revised parking and tram system to provide remote employee parking and increased access to parking for park patrons. Balboa Park :s among the mast complex park and cultural destinations in the world. With 23 museums and the San Diego Zoo an site, the park attracts approximately 14 million visitors each year. For almost 100 years, a community goal has been to remove cars from the Plaza de Panama, the centerpiece of the park anda national landmark histanc landscape, In August 2010 Civitas. under the leadership and vision of Dr. Irwin Jacobs, founder of Qualeomm, announced a visionary plan to remove cars from the core of the park including the Plaza de Panama, El Freda and the Esplanade. Mark Johnson is the leader of this current effort. At this time, Civitas has prepared a concept plan with KCM Group, Heritago Architecture and Rick Engineering that will create a new bridge, road and underground garage that will frnally achieve the gnat of making the core of the park devoted to pedestrians. This has not been accomplished since me park was buih as a temporary place for the California Panama Exhibrndn of 1915. Civitas' work entails the conceptual and strategic leadership of the project. Mark Johnson is currently engaged in defining the specifics of a bypass hedge and road. relocation of parking, estahlishment of an antra -park tram, design nt the garage and design of the restored Plaza de Panama as the centerpiece, "living room" and heart of San Diego. This project is of the highest level of design challenge, requiring an outcome that excites and attracts millions of people per year while respecting the deep environmental and cultural history of this place, The orininal design al the Plana was an empty, open parade ground. Rut today's needs are for an activated, exciting and multi- purpose urban space that will provide for use by people at many scales of groups, for many different purposes. The rendering shown here es not a design, as we have just begun the design process. In early January we began the public design process for the space with a four hoe, public workshop on panprogramming and design character. From that point we began developing design alternatives that can fulfill the program while also respecting the historic integrity of the remaining build.ngs from 1915. Construction is due to be completed in hall. 2019. PROPOSER'S REFERENCE FORM U,Citp of Monti Daniel J Alfonso City Manager To Whom It May Concern: Subject, Reference Letter for Proposer, as defined in RFQ No. 16-17-003. The Following Section to be Completed by the Proposer, Name of Proposer: Civitas The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you, as the Owner of the project referenced below, provide the following information, as well as any other pertinent information, Your insight is appreciated. Name of Project: Plaza de Panama The Following Section to be Completed by the Project Owner. Scope of Work for Referenced Project: Landscape Designer Value of Project: $70 MilGan Type of Project park Renovation and Improvements Project completed on time and within budget 0 Yes 0 No Project Duration: °ngeleg If no, was the Proposer at fault or contribute to the delay(s) or increased cost? 0 Yes 0 No Quality of Services: fl Above Expeclalipns 0 Average 0 Below Expectations (Above expectations means (here were fewer enarc and onussrons than anticipated) Did the Proposer provide Program Administration Services? Did the Proposer provide Production Management Services? Did the Proposer provide Construction Administration Services? Was the Proposer responsive to the Owner? Was the Proposer timely in its reviews and submittals? What Specialty Services did the Proposer perform? NM 0 Yes 0 No 0 Limited Scope El Yes 0 No 0 Limited Scope El Yes Q No ❑ Limited Scope 0 Yes 0 No Yea No Please type in the field below to provide comments (Freese wee. attached adrkhonal page, as necessary) - See below Name of Project Chimer City of Dan [Diego (Pubk -Private Partneuhip with the Plaza de Panama Committee Name of Project Owner's Representative, (cMGroup- bordonKovtun Signature of Project Owner's Representative: TRIe: Prmtlpal Telephone: 858-273-5400 E-mail: gkowuno kcmgroop.net Date: lone g, 2017 Sincerely, Annie Perez, CPPO Director Procurement Department RFp-PP-R Revrred 12/27r2016 16 17 PROPOSER'S REFERENCE FORM (Citp of liataint Daniel J. Alfonso City Manager This letter is in reference to the Plaza de Panama project which is a renovation of Balboa Park, in San Diego, California.The City of San Diego is the owner and operator of Balboa Park, however, the project is being designed and constructed as a Public -Private Partnership between the City of San Diego and the Plaza de Panama Committee. KCM Group is the program manager and representative of the Plaza de Panama Committee. Civitas has been working with KCM Group on the Plaza de Panama Project since 2009. They are managing numerous consultants, coordinating with other designers, and interfacing with City Staff including the Public Works Department and Parks and Recreation, Civitas has been an excellent firm to work with. Their designs have been on time, within the projected budget, and have been received positively by all project stakeholders. We look forward to a successful completion of Plaza de Panama and the opportunity to work with Civitas in the future. RFO-PP-R Revised 12/23/2016 4 u Z N O N � d O a a a a o q 0 `o z a O 3d a m I z ¢ Project Owner Contact Telephone N 0 z 3 a" PROPOSER'S PROJECT EXPERIENCE 0 June 26, 2017 r; Printed Name 18 19 PROPOSER'S PROJECT EXPERIENCE Request for Qualifications Qualifications of Proposer In 2014. Civitas started working with the State-owned North Carolina Museum of Art on a new Vision Plan for its 164-acre campus. The phased, long-term plan calls for a new campus entrance and streelscape, increased parking capacity, woodland and meadow restoration, additional Park trails and infrastructure, unproved sustainability measures, and additional outdoor works of art. The first phase of the plan capitalises on the recent donation of 34 acres of an adjacent prison facility to create a new outdoor museum experience for the public. The design utilizes existing and found materials throughout the park to evoke the site's history, while modern lines and detailed finishes within the native meadow -woodland landscape speak to the Museum's desire to create a unique connection between artand nature.As part of this experience, Civitas is working directly with renowned artistJim Hodges to transform the prisen's historic smokestack and its surrounding landscape ilrto a landmark work of art. Future phases of the plan imagine a flexible space that would allow for a variety of programming, both indoors and out; restoration of House Creek; and major ecological improvements to the meadows and adjacent forest The first phase of the park expansion was completed in November, 2016. PROPOSER'S REFERENCE FORM City of ilanii Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Proposer, as defined in RFQ No. 16.17403. Tine Following Section to be Completed by the Proposer. Name of Proposer: Civitas, Inc. The above referenced Proposer is responding to a Request for Qualiftcat(ons (RFOO that has been issued by the City of Miami. We require that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you, as the Owner of the project referenced below, provide the following information, as well as arty other peltinent information. Your insight is appreciated. Name of Project: North Carolina Museum of Art, Museum Park Expansion The Following Section to be Completed by the Project Owner. Scope of Work for Referenced Project 5PProx,matety 20 acres of new park. expanding the Museum Park at NCMA Value of Project: $13,000,000 Type of Project'. Landscape and urban design, In the cultural setting of a large museum Project completed or lime and within budget: ❑x Yes 0 No Project Duration: 3 years, including concept p If no, was the Proposer al fault or contribute to the delay(s) or increased cost? ❑ Yes 0 No Quality of Services'. 0 Above Expectations l❑ Average ❑ Below Expectations (Above expectations means there were fearer errors and ormssions than enfiupated) Did the Proposer provide Program Administration Services? 0 Yes ❑ No ® Limited Scope Did the Proposer provide Production Management Services? El Yes ❑ No 0 Limited Scope Did the Proposer provide Construction Administration Services? 0 Yes ❑ No D Limited Scope Was the Proposer responsive to the Owner? a Yes D No Was the Proposer timely in its reviews and submittals? 0 Yes No What Specialty Services did the Proposer perform? Program, Design and construction services. Please type in the field below to provide comments (Please use the *ladled addlional page. as necessary): Civitas provided leadership For the museum's vision to expand the museum's park and connect to an emerging urban district, led by Mark Johnson and Scott Jordan, they did a remarkable job. Name of Project Owner: North Carolina Museum of Art Name of Project Owner's Representative: Daniel P Gottlieb Signature of Project Owner's Representative: Pao,a4.5Aeca4 Title. Director of Planning, Design and Museum Park Telephone:'. 9t9-937-4123 E-mail, dgotlliebnncartmuseumote Date: June 9, 2017 Sincerely, Annie Perez, CPPO Director Procurement Department RFD-PP-R Revmed 10n1r2016 20 21 PROPOSER'S REFERENCE FORM 5 a utilize the attached add' 22 RFQ No.16-17-003 V Z 2 R 0 0 v a 0 a 0 a 3 0 3 0 0 w In environmental review CO m 0 ed Representative tore ofAuth co Mark W Johnson Pnnled Name PROPOSER'S PROJECT EXPERIENCE Request for Qualifications Qualifications of Proposer The City of Wayzata sits on Wayzata Bay at the head of take Minnetonka with beautiful southerly views down the lake, A small, thriving downtown has been experiencing new shops and restaurants while homes have become highly desirable. Vet for over 100 years that City has not had an accessible recreational lakefront. A mainline raifroad track has separated the City from the Lakeshore, which is made of riprap and is largely inaccessible, In 2015 the City approved the Lake Effect, a Vision and Framework Plan to recapture the Lakefront for residents while enhancing the environmental quality of the lakeshore. Civitas and a team of local consultants led a community process to develop design and costs to create a more beautiful, accessible, healthy, safe. active and ecologically sound lakefront. The proposed project will widen sidewalks in downtown, providing more space for outdoor sitting and dining in view of the lake. A central downtown parking lot will be paved, planted and furnished to become attractive community space at special times, while remaining as parking on regular hours. A new pedestrian plaza will connect to the Lake Walk, a continuous ribbon of walk, boardwalk and terraces that will finally connect an expanded city park, marina, city beach, playground, gathering spaces. the historic Depot, and a new Eco-Park. The foundations of the project include new and enhanced railroad crossings with state-af- the-art signal arid gating systems and roughly 2.000 linear feet of lakeshore restoration to add beauty and ecological function to the damaged area. The Eco-Park will restore a large area of shoreline marshland through an undervvater reef system, and will lead to the restoration of an historic shoreline house as an environmental education center. At the town beach. a new swimming and diving platform will be complemented with a new building for food concessions and kayak/paddle/bike rental, along with new public bathrooms, shade structures, fire pits and support furnishings. 23 PROPOSER'S PROJECT EXPERIENCE Cite of Miami Daniel J. Alfonso City Manager To Whom It May Concern: Subject. Reference Letter For Proposer, as defined in RFQ No. 16-17-003 fne Following Section to be Completed by the Proposer Name of Proposes. C'v'tas, Ian. The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you. as the Owner of the project referenced below, provide the following inforrnalion, es well as any other pertinent information, Your insight is appreciated Name of Project; Lake Effect Park. Wayzata, MN 1Te Follnwing Section to be Completed by the Project Owner Scope of Work for Referenced Project Value of Project: 5 1OM Type or Ptolect: Waterfront Park Project completed on time and within budget: El Yes 0 No Project Duration- 6months for so Phase andscape Atch,tecture and Urban Design If no. was the Proposer al fault or nontrdbute to the delays) or increased cost? 0 Yes 0 No Quality of Services: Above Expectations 0 Average In Below Expectations (Above expectations means there were fewer errors and emissions than enameled) Did the Proposer provide Program Administration Services? I] Yes rj•, No 0 Limped Scope Did the Proposer provide Production Management Services? 0 Yes 0 No CI Limited Scope Did the Proposer provide Construction Administration Services? 0 Yes 0 No Q Limited Scope Was the Proposer responsive to the Owner? 0 Yes 0 No Was the Proposer timely in its reviews and submittals? RI Yes on No What Specialty Services did the Proposer perform? Cviras took on a advisory rule holding the hands of Please type in the field below to provide comments (Preset vac Ina aaa0had aadilonal page. as nvos5aaryy poldicrans and communty members throughout the process. Name of Project Owner, City of Wayzata Name of Project Owner's Representative: Mary delainre Signature of Project Owner's Representative. Title: Project Manager(formerl Telephone. (612) 242.6286 Date: 6/9/17 Sincerely. Annie Perez„ CPPO Director Procurement Department E-mail a ry 9 y ro t n d w o r kc ity h u it d i ng rain AFO.W k Aenstd 121234016 PROPOSER'S PROJECT EXPERIENCE (itp of ,tticinii. Please utilize the space below, as necessary. I am writing this letter in supped of the design team Diodes and their work on the take Effect Signature Park Project in Wayzata. Minnesota. The Lake Effect Signorine Park Prniccl (Lake ElTocl Park) is a planned park. along Wayrala's Lake Minnetonka waterfront and is the largest publicly dwaed street, of lake edge. Over the Iasi one hundred years ne town of Wayzata has boon separated front Ito like, and its identity, by rot active railroad and nnificial lake edge of rip rap Canrposcd of caitsmleliap materials A re. annuities are located al Ibo lake edge. such as a beach. boat docks aid a historic rail depot. but decors Is hmtelt and disodsauag. Tire Lake Effect Park is the single most Important project in Way rsta as connects the community to ns nalerftoal. connects landmarks along the lakefront to one antler. and counncts Was rats to the region. Ile project also 1-tares de ecology of de lake. edge and ItaFam a oarerquahity all die wtnle pros ding needed parkland_ Cn ruas' compothensne. integrated. and hie -graved approach w the site aellecls a keel of urderstandan o' and selote'uy aaol Duly to tie site bun ilk: eullunnuily. In their proposal days addressed ell of the seswan on the sire - pedcstnanbike car . boat aid nail- and creased an elegant telxark ofcotmeetis ily. accessihrien maul oncnrnwu long trussing. T hey restored tie cealogeal satcnis, rccslahltslling wetlands. nr-plunllxg the lake edge and managing a1Wnt ,ruler uta much more while and effective way. Er lath flay Ira ttsfomxda disconnected. ittdusniral landscape taco one ofbench Based on past exponeacc. Ci, tins Ins distingot shed denisch es from ether design leanIs. Their approach is yen place -based and clauunuiiy-centric resulting In an authentic design proposal Ilan its uwm like embroidery rather ikon culling a new ctot It Emit. is also exceptional because t1ur audexsl.md the eanlplox, +uuln-diuinavmmi process of getting a project upprosed. Ended and built. Tbes lave been seq gracinas in presiding neir rune and expertise in helping to move flee project fomard - rev ant now (n Pima: 3. Em rrununental Axusstucau Workslxwl and fundraising, I hope yea &Sleet Civhla6 tar your project. They. end their approach. embody the best of design. community engagement and project implementation. Sincerely, Mary d0haihre Principal & Founder Groundwork: The Foundation for City Building Qtr?Ljild15iLitt, .2ry.�j-LLljLll(:ilLldAi1 piarydrr! 11,.ifs's7n? 612-242-6286 Daniel J. Alfonso City Manager 24 25 PROPOSER'S PROJECT EXPERIENCE r a Flex Park at cture and Engineering Service Instructions (Please unitize th Name of Proposer: Civitas. Inc. Name of Project: Julian B. Lane Rivedront Park, Tampa, FL Address of Project: North Boulevard, Downtown Tampa, FL Name of Project Owner: City otTampa Project Owner Contact Name: Keein Flenika Project Owner Contact Telephone No.: 913-785-5777 Project Owner Contact E-mail address: Kevin.HenikaCatampagov.net Brief Scope of Project and How Project is Similar (additional space provided) ; Tins park is roughly 30 acres of failed park spate on the Hillsborough River in West Tampa, just across from downtown.The project revitalizes the park through intensive community engagement in programming and design. 0 Printed Name CO of f1ifti rfri PROPOSER'S PROJECT EXPERIENCE Dansel J. Alfonso City Manager Civitas and W Architecture and Landscape Architecture are co -designers for the redevelopment of this 25 acre park which has fallen into deep disrepair. While once a center of community activities Including basketball tournaments, tennis and community events, park visitors have decreased in the last fifteen years. The community is coming together around the new InVision Tampa plan to regenerate the west Tampa Riverfront and historic African -American and Latino neighborhoods. The Julian B. Lane Riverfront Park redevelopment is the first project to be implemented as part of the InVision plan. Civitas and W are leading community outreach including aver 40 individual stakeholder meetings and a series of public meetings that are attracting 200+ people each. Through this series of meetings, the community shared their desires and needs for greater safety and accessibility, public access to the Hillsborough River, fitness trails. picnic sites. a great lawn for events and activities, and references to community history. Based upon this feedback, the new design creates a public space where the community can come together. The park will include programming and activities for people of all ages to enjoy, including large areas forfamily picnicking along the river, Community Building to include senior programming, a history walk, community performance pavilion, new events lawn, splash pad and playground, structured recreation courts and fields, and additional parking, The design will also maintain many existing mature trees while engaging the Hillsborough River by providing a waterfront promenade, a calm water harbor for people to practice boating, and a new boating center for paddle -powered crew boats, kayaks, stand-up paddleboards, canoes and dragon boats, 26 27 PROPOSER'S REFERENCE FORM 28 Q.Cttp of , Rirluu ate: To Whom II. May Lantern: Sobioo?,, Reference [.Dees Ire Proposer, as dufir ed hn RFQ No. 18-17-003. meal J. AllonMi City r.1elseer The Foliewrng Sechan to 1* Currrpr Ind by Ihn Pr upuse Name of Proposer "'lb' The above referenced Proposer is responding lea Request ter Quelibcetions (RFQ) that has been Issued by the City of Mra0L We require teal. the Proposer provide written references for the projects submitted to support their quairtications ale tenter for this RFQ. The Proposer la requesting that you, as the Owner of the project referenced below, provide the following information, as well as any other pertinent infermallon. Your Insight is appreciated. Name of Project: Men a. terse park Project Trip? f olravanp Sectktn to ea Colnpieted by the rviest Ownor. Scope of Work for Referenced Project. Cwnptetruerryu.e veer Value or Project, $35.0,e.0ee Type of Protect: redevleraimrnt al aneaisting pad< Proect completed on lime and within budget. El Yes 0 No Project Meagan: Pt' monllta ff no, was the Proposer al fault ar contribute to Me ealay(s) or increased cosh 0 Yes 0 No Quality of Services. Il Above Expectations ❑ Average 0 Below Expectations (Mee meoral.aeues omen. Pew were Inow wows errs wneswrr. then matte/ewe Did the Proposer provide Program Administration Services? Yes [j No 0 Limited Scope OW the Proposer provide Production Management Services? ri Yee EN. p Landed Scope Dtd the Proposer provide -Constructor' Admini$lrafron Senates? [j Yes Q No [I Landed SCPpe Was the Proposer responsive to the Owner' 0 Yes 0 No Was the Proposer Irately in its reviews and submittals? 0 Yes ®Ne What Specialty Services did Use Proposer perform? publican eoardmelion Please type In the field below to provide comments trios. v,e fie emotes addnee neorce, es neewewe.5): Name of Protect Owner: COY' of Lampe Name of Project Chermee Representativu: Sienalure of Project Owner's Repergentellvari , Title. [Ayhrcheecr Tef eph W ne. 8 r ].2 74.87 73 Data. 3vrre try Kill Sincerely, Annie Perez, CPPO Director Procurement Department E-meY_ h mes.)wkwnenarnpagay.nel ra-u4r.a Rowell i207rele cs fat •I:j � ✓ Q L. O• • tn i.e t11 .• S., CS Instructions Name of Proposer: Subconsu ItantsfSu bcontractors: LEED Certified Staff z Disciplines) to be provided Office Location: City/State Name of Firm z D al } PROPOSER'S QUALIFICATIONS n 8© d El E3 o [3 0 a c z Z Z Z Z Z Z Z 0 0 0 0 0 0 o o Q © IJ El © C] >- >- Environmental Specialist Traffic, Civil Engineering 07, t7 Ecological Consulting V x 41 A V V Traffic Projections and Modelling LL d FTE (MIAMI CBE) Structural Engineering 10 Youssef Hachem Consulting Engineers E Moffat & Nichol Certified Harticulturalist Lisa Hammer 15, E Deerfield Beach, FL Construction Management Services 10 29 0 Request for Qualifications Qualifications of Proposer's Team Instructions This form 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. Design Services fora Flex Park at Virginia Key RFQ Na.: 1 r17-003 RFQ Title: Name of Proposer: Civitas, Inc. SubconsultantsfSubcontractors: Name of Firm Office Location: City/State Discipline(s) to be provided License No. LEED Certified Staff HR&A Advisors New York, NY Park Economics n/a Yes ® No 0 Manuel Vera & Assoc. (Miami CBE) Miami, FL Site Survey 534958 Yes 0 No 0 Basulto Assoc. (Miami CBE) Miami, FL MEP 6722 Yes 0 No El Tillett Lighting New York, NY Lighting Design n!a Yes E3 No Q Million Swain (Miami CBE/ Miami, FL Construction Management K58420 Yes 0 No 0 Creativision Media Miami, FL Public Outreach nia Yes 0 No El Yes 0 No 0 Yes D No 0 Yes 0 No 0 Yes 0 No 0 page k of Request for Qualifications Qualifications of Proposer's Team RFQ-QT Revised 7329/2916 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 (ADO 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 Role Name of Firm License No. Years Years LEED Experience with Firm Certified Mark wtohnson Civitas FL666-7016 42 33 Project Manager Yes 0 No E7 Alfredo Ruiz, RA Lead Architect Urban Robot FL91805 20 3 Yes E No 0 Brady Walker Environmental Specialist Kimley Horn n7a 12 Yes 0 No Q Aaron Buehler, P.E. Civil Engineer Kimley Horn FL 54606 21 Yes 0 No 0 Oliver Rodrigues, P.E, PTOE Traffic Engineer FIE FL 50646 25 5,5 YesO No E7 Youssef Hachem Structural Engineer Yaussef Hachem Consulting FL 43302 27 13 Yes 0 No 0 Rene 1. Basulto, P.E. MEP Engineer Basulto Associates FL40669 36 24 Yes 0 No 0 James Pankonin, PLA, ASLA Landscape Architect Malley Horn 2007 LA 6666900 13 13 YES El No 0 Keith Emory Cost Estimator Construction Mgrst.5erviceT Na 52 41 Yes 0 No E] Manuel Vera Surveyor Manuel Vera Assoc. L55291 34 34 Yes❑ No 0 John Meyers Economist HR&A Advisors n/a 21 8 Yes 0 No E7 Linnaea Tillett Lighting Designer Tillett Lighting n/a 34 34 Yes 0 No 0 Charese Chester Outreach 5perialist Creativision Media rife 23 15 Yes 0 No 0 Page 2 or 2 W RFQ-oT Revised 712412016 SNOIitl 1IJI1Vflb 5,2i3S0dOtld Request for Qualifications Qualifications of Proposer's Team Kev 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 Robin Norcross Craig Vickers Adrian Dabkowski, P.E.. PTO Alberto Herrera. P.E .,LEED t Claudia Lamus, P.E. Alejandro Martinez Eduardo Hernandez Sebastian Velez, LEED AP Gerald "JJ" Wood, LEED AP Christy Brush Timothy Blankenship. P.E Lisa Hammer Page 2 or 2 Role Name of Firm Deputy Project Manager Civitas Design Principal Traffic Engineer Civil Engineer Transportation Engineer Structural Engineer Structural Engineer Architect Architect Civitas License No. Years Years LEED Experience with Firm Certified CO, LA 211; CA, LA 5759. NE 20 9 CO, LA 433 Kimley Horn Kimiey Hom FTE FL 78828, LA 33206 FL 59357 FL72303 Youssef Hachem Consultinc n/a Youssef Hachem Consultinc n/a Urban Robot Urban Robot Coastal/Marine Environmer Moffatt & Nichol Marine/Coastal Engineer Horticultural Consultant Moffatt & Nichol Lisa H. Hammer n/a n/a FL55910 1F89007 Request for Qualifications Qualifications of Proposer's Team 34 15 18 12 25 19 12 12 19 24 35 27 3 7 8 8 2 30 Yes 0 Yes 0 Yes 0 Yes 0 Yes 9 Yes 0 Yes 0 Yes 0 Yes 0 Yes Yes 0 Yes El Yes 0 No 0 No 9 No 0 No 0 No 0 No0 No 0 No 0 No 0 No [] No 0 No 0 No 0 RFQ-nT Revised 772912016 Ke PY e Proposer should only include personnel who will play a key role in the project. Oa 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 Candace Damon Charles Yost Mauricio Vargas Alejandro Rosquete Nataeha Placide Jeanne Choi Janet Garwood Arsenio Milian Julio Menache Role Name of Firm License No. Years Years LEED Experience with Firm Certified Economist Electrical Engineer Mechanical Engineer Plumbing Engineer Public Information Speciaiis Senior Lighting Designer Lighting Designer Civil Engineer Civil Engineer Gabriel Milian Page 2ef2 Civil Engineer HR&A Advisors n/a 36 Basulto Associates n/a 35 Basulto Associates FL 79435 13 Basulto Associates FL 79260 Creativision Media n/a Tillett Lighting Tillett Lighting 8 12 n/a 7 n/a 28 Milian, swain & Associates FL 13134 44 Milian, Swain & Associates FL 108SET188 30 Milian, Swain & Associates FL 65927 14 30 22 12 12 4 2 28 20 14 Yes 0 Yes 0 Yes 0 Yes 0 Yes 0 Yes Yes 0 Yes 0 Yes 0 Yes 0 Yes 0 Yes No No 0 No 0 No No 0 No 0 No 0 No No 0 No 0 No No In Yes © No ❑ RFa-nT Revised 7/291201e 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'd month (90 days) following the RFQ due date. (lithe RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Design, Landscape Architecture and Engineering Services for a Name of Key Personnel: Mark Johnson RFQ No.: 16-17-003 Title of Key Personnel (for this project): Principal In Charge, Project Manager, Urban Designer Name of Project Owner of Project Value of Project Role in Project Status of Project Rivers District Master Plan Calgary Municipal Land Corp. 500,000 (plan). Principal in Charge 90%complete Project Connect St. Louis Development Corp. 1,000,000 1planl Consulting Principal 90%Complete Plaza de Panama City of San Diego $79,000,000 Consulting Principal CA Julian B Lane Riverfrant Park City of Tampa $36,000,000 Principal in Charge CA Availability based on % of time Der month Month 1 50% Month 4 5096 Month 760% Month 10 60% Month 13 60% Month 16 6096 Month 2 5o% Month 3 5o96 Month 5 60% Month 6 60% Month 8 60%, Month 9 6096 Month 11 60% Month 12 60% Month 14 60% Month 15 6096 Month 17 6096 Month 1860% Status Abbreviations: PD- Pre -Design P=Pemlitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 7292018 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'd month (90 days) following the RFQ due date. (8 the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key Name of Key Personnel: Robin Norcross Title of Key Personnel (for this project): Deputy Project Manager RFQ No.: 16-17-003 Name of Project Owner of Project Value of Project Role in Project Status of Project Twin Silo Park City of Fort Collins $11M Project Manager CA Julian B Lane Riverfront Park City of Tampa $36M Project Manager CA Montana State University Dining Hall Montana State University $20M Project Manager CA 3200 Bluff Morgan Creek Ventures 520M Project Manager DD CU-KoelbeFBusiness University of Colorado Boulder $10M Project Director PD Availability based on % of time per month Month 1 50% Month 2 50% Month 4 8595 Month 7 85% Month 10 Month 13 Month 16 Month 3 5C% Month 5 85% Month 6 BS% Month 8 50% Month 9 50% Month 11 Month 14 Month 17 Status Abbreviations: PD= Pre -Design P=Perrnitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents w 411 Month 12 Month 15 Month 18 Form RFO-WC Revised 72912016 O 10 7 Ill a Xl rn tTl O 1- 0 O r"t C PROPOSER'S CURRENT WORKLOAD CAPACITY 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 3'6 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning, Landscape Architecture, Flex Park at Virginia Key RFQ No.: 16-17-003 Name of Key Personnel: Craig Vickers Tide of Key Personnel (for this project): Design Principal Name of Project Owner of Project Value of Project Role in Project Status of Project Painted Prarie Urban design and Parks W. F. Prairie LLC $20M Principal in charge SO Park City Main Street Plaza City of Park City, CO SEM Principal in charge End of DD Denver Loop vision and Phase 1 plan City of Denver, CO approx. $25M Design Principal PD Stapleton Parks City of Denver/Forrest City $16M Principal in charge CA South East Community Park City of Ft. Collins, CO S11M Principal In Charge CA Month 1 20 Month 4 40 Month 7 40 Month 10 Month 13 Month 16 Availability based on % of time oer month Month 2 20 Month 5 40 Month 8 20 Month 11 Month 14 Month 17 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 20 Month 6 40 Month 9 20 Month 12 Month 15 Month 18 Form RFQ-WC Revised 72912016 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 36 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning, Landscape, and Engineering for Flex Park al Virginia I RFQ No.: 16-17-003 Name of Key Personnel: George Puig, PLA Title of Key Personnel (for this project): landscape Architect Name of Project Owner of Project Value or Project Role in Project Status of Project Broadway and First Avenue Park City of Miami $900.000 PM/Landscape Architect DD PBAWFern Isle Park City of Miami $2,000,000 PM/Landscape Architect DD Availability based on % of time per month Month 1 25 Month 4 5° Month 7 75 Month 10 80 Month 1390 Month 1610° Month 2 25 Month 3 25 Month 5 50 Month 6 50 Month 8 75 Month 9 75 Month 11 80 Month 12 °0 Month 14 40 Month 15 90 Month 17 1°0 Month 1810° Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 729/2016 0 a 0 rn a ni m Z 0 1 0 O r'1 P1 PROPOSER'S CURRENT WORKLOAD CAPACITY Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This foam 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- Urban Planning, Landscape, and Engineering for Flex Park at Virginia Key Name of Key Personnel: Alberto Herrera, P.E. Title of Key Personnel (for this project): Civil Engineer RFQ No.: 16-17-003 Name of Project Owner of Project Value of Project Rohe in Project Status of Project Coconut Grove Playhouse Miami -Dade County $ 36,000 PM/Civil Engineer CA North Shore Park Sewer City of Miami Beach $20,000 Civil Engineer CD MT. Sinai Freestanding ED Hialeah Mt. Sinai $100,000 PM/Civil Engineer PICA Availability based on % of time per month Month 1 30 Month 4 5° Month 7 75 Month 10 75 Month 13 75 Month 16 75 Month 2 3c Month 3 3° Month 5 50 Month 6 50 Month 8 75 Month 9 75 Month 11 75 Month 12 75 Month 14 75 Month 15 75 Month 17 75 Month 1875 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA -Construction Administration DD - Design Development PC- Post Construction CD - Construction Documents Farm 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 Foram 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; Urban Planning, Landscape, and Engineering for Flex Park at Virginia I Name of Key Personnel: Brady walker Title of Key Personnel (for this project): Environmental Scientist/Ecologist RFQ No.: 16.17-003 Name of Project Owner of Project Value of Project Role in Project Status of Project Commercial Distribution Center Cocoa, FL $130, 000 (Environ fees) Lead environmental suer CA Univision Broadcast Tower Relocation Miami, FL $65,000 lEnviron fees) Lead environmental suer P Colony Beach Club Longboat Key, FL $25,000 (Environ fees) Lead environmental suer PE) Tampa. RV Park Tampa, FL $40,000 (fnviron fees) Lead environmental suer PD/DD Palm Springs North Commercial Plaza — Miam Miami, FL $45,090 (Fnviron fees) Lead environmental scier PD Availability based on % of time per month Month 1 30 Month 2 3° Month 3 30 Month 4 40 Month 7 5° Month 10 60 Month 13 60 Month 16100 Month 5 40 Month 6 40 Month 8 5° Month 9 66 Month 11 50 Month 12 50 Month 14 75 Month 15 75 Month 17 100 Month 18100 Status Abbreviations: PD= Pre -Design P=Permitling SO = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFO-WC Revised 7/29/2016 0 r 0 0 1b PROPOSER'S CURRENT WORKLOAD CAPACITY 41. 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 3r0 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning, Landscape, and Engineering for Flex Park at Virginia I RFQ No.: 15-17-003 Name of Key Personnel: lames Pankonin, PLA, ASLA, LEED AP Title of Key Personnel (for this project): landscape Architect Name of Project Owner of Project Value of Project Role in Project Status Projecof Bradenton Streetscape Master Plan City of bradenton 53,000,000 PM 5D Baker Park City of Naples 514,000,000 Landscape Architect PM 40% CD's Bayfront Park Town of Longboat Key $3,503,000 Landscape Architect PM CA McGuire Park Charlotte County $1,500,000 PM CA ST, Pete Pier City of St. Petersburg $20,000,000 LA of Record DD Availability based on % of time per month Month 1 25% Month 4 2596 Month 7 25% Month 10 2556 Month 13 25% Month 16 25% Month 2 25% Month 3 25% Month 5 25% Month 6 25% Month 8 25% Month 9 25% Month 11 25% Month 12 25% Month 1425% Month 15 25% Month 17 25% Month 1825% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 729/2016 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`d month (90 days) following the RFQ, due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning, Landscape, and Engineering for Rex Park at Virginia 16-17-003 RFQ No.: Name of Key Personnel: Adrian K. Dabkowski, P.E., PTOE Title of Key Personnet (for this project): Traffic Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project In -House Transportation Program Support City of Miami S25,000 Project Manager PD Speed Reduction Study City of Miami S71,000 Project Manager DD SW 14th Street Closure City of Miami S28,000 Project Manager DD Grapetand Neighborhood Traffic Calming City of Miami $34,000 Project Manager DD Miscellaneous Private Sector Development Various S500,000 Project Manager DO, P Availability based on % of time Der month Month 1 50 Month 4 60 Month 7 75 Month 10 90 Month 13 90 Month 1690 Month 2 50 Month 3 50 Month 5 60 Month 6 60 Month 8 75 Month 9 80 Month 11 90 Month 12 90 Month 14 90 Month 15 90 Month 17 90 Month 1890 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 729/2016 0 rn m rn Z 0 1 0 0 PR❑POSER'S CURRENT WORKLOAD CAPACITY N _r. 77 0 "o 0 to to C 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'a month (90 days) following the RFQ due date. (if the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key Name of Key Personnel: Alfredo Ruiz, RA RFQ No.: 16.17-003 Title of Key Personnel (for this project): Lead Design Architect Name of Project Owner of Project Value of Project Role in Project Status of Project 8600 East Dixie - Casa Bianca Palrncorp ± $9,000,000.00 AoR / PM CA Bayside Motor Inn Mattoni Group ± $6,000,00000 Ao6/PM P Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Availability based on % of time per month Month 1 25% Month 4 50% Month 7 25% Month 10 100% Month 13 100% Month 16 100% Month 2 25% Month 3 25% Month 5 50% Month 6 5°% Month 8 75% Month 9 75% Month 11 100% Month 12 10090 Month 14 100% Month 15 100% Month 17 100% Month 18 100% P=Perm itting CA=Construction Administration PC- Post Construction Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Forst RFQ-WC Revised 712912010 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: Flex Park at Virginia Key RFQ No : 16-17-003 Name of Key Personnel: Sebastian Velez Title of Key Personnel (for this project): Principal -in -Charge Architecture Name of Project Owner of Project Value of Project Role in Project Status of Project Bayside Motor Inn Mattoni Group ± $6,000,000.00 Principal / Design Lead P 600 Alton Crescent Heights S100,000,000.00 Principal / Design Lead P Availability based on % of time per month Month 1 100% Month 2 100% Month 3 100% Month 4 100% Month 5 10°% Month 7 100% Month 10 sass Month 13 25% Month 16 25% Month 6 190% Month 8 1°0% Month 9 100% Month 11 50% Month 12 50% Month 14 25% Month 15 25% Month 17 25% Month 18 25% Status Abbreviations: PO= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD - Design Development PC- Post Construction CD = Construction Documents A w Form RFO-WC Revised 71201201E rrr -1 — 1 0 1 0 0 C PROPOSER'S CURRENT WORKLOAD CAPACITY 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'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key Name of Key Personnel: Gerald "..IS Wood Title of Key Personnel (for this project): Design Principal, Architecture RFQ No.: 16-17-003 Name of Project Owner of Project Value of Project Role in Project Status of Project 600 Alton Road Crescent Heights $100,000,000.00 Principal/PM P Availability based on % of time per month Month 1 100% Month 4 100% Month 7 75% Month 10 75% Month 13 75% Month 16 75% Month 2 100% Month 3 100% Month 5 100% Month 6 1c0% Month 8 75% Month 9 75% Month 11 7556 Month 12 75% Month 14 75% Month 15 75% Month 17 754E Month 18 75% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DO = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 71281201E 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'd month (90 days) fallowing the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key Name of Key Personnel: Oliver Remy Rodrigues, P.E., PTOE RFQ No.: 16-17-003 Title of Key Personnel (for this project): senior Traffic Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project Amelia Earhart Park - Miami Dade County AECOM $15,938.84 Sr. -traffic Engineer DD Miami Beach Walk Expansion - Ped Bike Study City of Miami Beach $9,956.25 5r.Traffic Engineer DD SW 144th Ave Bikeway- Miami Dade County Miami Dade Public Works $71,900.00 Sr.Traffic Engineer CD W 42nd St Traffic Circulation -Miami Beach City of Miami Beach $53,977.00 Sr.Traffic Engineer PD US 1 Busway PDF,E Study Miami Dade Expressway Authority S838,051.74 Sr, Traffic Engineer PD Availability based on % of time per month Month 1 4o% Month 2 40% Month 4 42% Month 5 44% Month 7 46% Month 10 48% Month 13 52% Month 1654% Month 3 42% Month 6 44% Month 8 46% Month 9 48% Month 11 5©a° Month 12 50% Month 14 52% Month 15 54% Month 17 56% Month 18 56% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA -Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents z ' o n to m 73 0, c z 0 1 0 b 1 .11 Ln Form RFO-WC Revised 7/29/201B 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 3'6 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key RFQ No.: 16-17-003 Name of Key Personnel: Cla„dia Lamus, P.E. Title of Key Personnel (for this project): Traffic Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project Amelia Earhart Park - Miami Dade County AECOM $15,938.84 Traffic Engineer DD Miami Beach Walk Expansion - Ped Bike Study City of Miami Beach $9,956.25 Traffic Engineer DD 5W 144th Ave Bikeway - Miami Dade County Miami Dade Public Works 571,900.00 Traffic Engineer CD W 42nd 5t Traffic Circulation -Miami Beach City of Miami Beach 553,977 Traffic Engineer PD US 1 Busway PD&E Study Miami Dade Expressway Authority 5838,051.74 Traffic Engineer PD Availability based on % of lime Der month Month 1 5046 Month 4 52% Month 7 56% Month 10 5696 Month 136296 Month 16646 Month 2 50% Month 3 52% Month 5 54% Month 6 54% Month 8 56% Month 9 58% Month 11 60% Month 12 60% Month 14 62% Month 15 64% Month 17 6694 Month 1866% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RR: -WC Revised 72612018 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 (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title- Urban Planning, Landscape Architecture and Engineering Services for RFQ No.: 16-174103 Name of Key Personnel: Alejandro Martinez Title of Key Personnel (for this project); structural Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project Collins Park Chetrit Group 55 Million Karst; Structural Design CA 1212 Lincoln Road Crescent Heights 15 Million (Const) Structural Design CA Month 1 Month 4 Month 7 Month 10 Month 13 Month 16 Availability based on 4%ifine per month 35% 40% 30% Month 2 Month 3 Month 5 Month 6 Month 8 Month 9 40% Month 11 35% Month 12 35% Month 14 40% Month 15 35% Month 17 30% Month 18 30% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 7129'2016 PROPOSER'S CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY 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'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning, Landscape Architecture and Engineering Services for RFQ No.: 16-17-003 Name of Key Personnel: Youssef Hachem Title of Key Personnel (for this project): Structural Engineer Name of Project Owner of Project Value of Project Role in Project Stales of Project Collins Park Chetrit Group 55 Million (Constl Structural Design CA Gale, Ft Lauderdale Newgard Development Group 12Q Million (Const) Structural Design CA 1212 Lincoln Road Crescent Heights 15 Million Kunst) Structural Design CA Availability based on % of some per month Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 4°% Month 10 35% Month 11 35% Month 12 3591' Month 13 4°5t Month 14 40% Month 15 35% Month 16 30% Month 17 3016 Month 18 3056 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Farm RFQ-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 3rd 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, LS Arch, 8, Engrg Services for a Flex Park at Virginia Key RFQ No.; 16-17-003 Name of Key Personnel: Christy Brush Title of Key Personnel (for this project): Coastal/Marine Environmental Specialist Name of Project Owner of Project Value of Project Role in Project Status of Project RMK Merrill Stevens Shipyard Replacement RMK Merrill Stevens Properties 525M Environmental Permit Permit modifications Marina del Mar El Bulkhead Replacement Century Towers Associates, LLP $1.1M Environmental Permit Permit application Dinner Key North Mooring Field City of Miami 5400,000 Environmental Permit Permit application Spring Garden Point Park Improvements City of Miami $850,000 Environmental Permit Permit application La Coloma/River's Edge Miami River La Coloma, LLC 53M Environmental Permit Permit consultations Availability based on % of time per month Month 1 10 Month 4 15 Month 715 Month 10 20 Month 2 10 Month 3 1 ° Month 515 Month 6 15 Month 8 20 Month 9 20 Month 11 20 Month 12 20 Month 13 25 Month 14 25 Month 1625 Month 15 25 Month 17 Z5 Month 1825 Status Abbreviations: PD= Pre -Design P=Permitting SD - Schematic Design CA -Construction Administration DD = Design Development PC- Post Construction CD - Construction Documents b P1 1 { Form RFQ.V I. _ a Revised 729r2015 1"F 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'a 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, L5 Arch, & Engrg Services fora Flex Park at Virginia Key Name of Key Personnel: Timothy Blankenship, P.E. RFQ No.: 16-17-003 Title of Key Personnel (for this project): Marine/coastal Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project RMK Merrill Stevens Shipyard Replacement RMK Merrill Stevens Properties 525M Marine Engineer Design Modifications Marina del Mar II Bulkhead Replacement Century Towers Associates, LLB 51.1 M Marine Engineer Schematic Design Dinner Key North Mooring Field City of Miami $400,000 Marine Engineer Schematic Design Spring Garden Point Park Improvements City of Miami $850,000 Marine Engineer Schematic Design Availability based on % of time per month Month 1 20 Month 4 30 Month 7 40 Month 10 50 Month 13 60 Month 1660 Month 2 20 Month 3 30 Month 5 30 Month 6 30 Month 8 40 Month 9 40 Month 11 50 Month 12 50 Month 14 60 Month 15 60 Month 17 6Q Month 18 70 Status Abbreviations: PD= Pre -Design PPermitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 712942016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity lastructione: This form shalt be eamp8eted for earn of the Key Personnel ,oentieed in Font? RFQ-QT. Month " to pro actsst 10 start on the 3' month (90 lays) following the RFQ Clue date. 111 the RFQ is due in Mer:h. thee. Month 1 would be June}- RPilea: t--51t 1''r jL ri j i rt ,, < /641 Hama of Key Personnel: /••1 5 r` 1-i.M4:. +�? n..i✓ RFQNe.: /1'(7 - tr'A3 Min of key Personnel ttor Int5 proiee3jt ('(r (' 1 fKl 1 d. /4s 1? ale; Name of Project Owner of Project Value at Project Role In Project , Status of Protect E^fit- mod C>a-r ) 6rds AOT 1 j -Tad J 13�2a I'm }Lv3n dLF 44+4: J)Yi)C1. it 7� .fA 1r'le Or e= s. (IC - t�urtas3.,* r C i rt) ceK JoM,.) LDn-6,1 Averiab3lity based on % o! time per month Monet 1 16 /p Month 2 le T, Month 4 Month 5 Month 7 Month 8 Month ?G Month 11 Month 13 Month 14 Month le '1` Month 17 s aleto6 Ataltrevia55ne. PD= Pre -Design P=Penritling SD — Schematic Design CA=Construdior. Adwinistretion DD = Design Development PC- Post Construction CD = Consiructlon Documents Month 3 if lj Morph 6 Month 9 Month 12 Month 15 Month 1..13 Fm-m RFQWC 6 rro 56 PROPOSER'S CURRENT WORKLOAD CAPACITY Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This fonshah be completed for each of the Key Personnel klentifiad m Form RFO-QT.. Month 1 Is projected to start on the 3'° month (90 days) following the RFO due dote. (If the RFC] is due in March, then Month 1 would be June). RFQTlbe:UrbanDesign,LandscapeArchangServiceslerFleePerk-Virginia Key RFQNo.:1rr114103 Name of Key Personnel: 1%6th Er"er1' rdle of Kay Personnel (for this project): Curt Estimator Nemo of Project Owner of Project Value of Project Role In Project Status of Project Din Underline city of Mines, FL S9,000,000.00 Cast Fstmating DD Lincoln Road Dstdtt Minn:Pe1ent5 etyof fias"1 Beach FL SAS,4O0,e0DA0 Cost Estimating 5D Apotex Florida Expansion Apatite international, trrc. To bedetermtned Cast Estimating CD Stanley Terrace Apartments Renovation Deer6rettiBeach flaming Authority S5,BQ0,004A0 Cost Control CD FL LauderdalelntL Airport -TA PadangGarage Braward County, Ft 5150,(Ao080.00 Cast Estimating DD Aveiiabflitt/ based un 9S of time Der month Month 1 3091 Month 2 30% Month 3 25% Month 4 33% Month 5 30% Month 6 20% Month 7 20% Mouth B 20% Month 9 1515 Month 50 49% Month 11 35% Montt 12 35% Month 13 20% Month 14 2555 Month 15 25% Month 16 OS% Month 17 30% MO011118 30% Status Abhroviialions: PD= Pre -Design P=Pemstdtng SD = Schematic Design CAMConstrur ien Administration DD = Design Development PC- Post Construction CD = Construction Documents Form REQ.= Reared Meta 6 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 an the 3rd month (90 days) following the RFQ due date. (It the RFQ is due in March, then Month 1 would be June). RFQ Title: Services for a Flex Park at Virgina Key Name of Key Personnel: Candace Damon RFQ No.: 16-17-D03 Title of Key Personnel (for this project): Economist, Principal in Charge Name of Project Owner of Project Value of Project Role in Project Status of Project Rose Bowl Arroyo Seco Bose Bowl Operating Company Confidential Real Estate Advisory 00% Complete Port of San Diego Embarcadero North San Diego Unified Port District Confidential Funding Strategy 60% Complete Houston Downtown Plan Downtown Houston Management Confidential Economic Revitalization 4036 Complete Availability based on % of time oer month Month 1 20% Month 4 35% Month 7 50y6 Month 1080% Month 2 25% Month 3 39% Month 5 40% Month 6 45% Month 8 6CI% Month 9 70% Month 11 Bo% Month 12 Boys Month 13 90% Month 14 90% Month 15 90% Month 1695% Month 17 9555 Month 1895% Status Abbreviations: PD= Pre -Design P-Permitting SD - Schematic Design CA -Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents PROPOSER'S CURRENT WORKLOAD CAPACITY Ferro RFa4VC • i'n Revised 7129l2016 W C 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 (90 days) following the RFQ due date. (lithe RFQ is due in March, then Month 1 would be June). RFQ Title: Services for a Flex Park at Virgina Key Name of Key Personnel: Jonathan Meyers RFQ No.: 76-17-003 Title of Key Personnel (for this project): Protect Manager, Economics Name of Project Owner of Project Value of Project Role in Project Status of Project NDRC Norfolk City of Norfolk Confidential Resilience 10% Complete Confidential Confidential Confidential Real Estate Advisory 50% Complete Confidential Confidential Confidential Real Estate Advisory 50% Complete Availabitity based on % of time per month Month 1 20% Month 2 25% Month 4 3533 Month 7 50% Month 10 50% Month 13 9033 Month 169536 Month 3 30% Month 5 4033 Month 6 45% Month 8 60% Month 9 70% Month 11 S0% Month 12 80% Month 14 90% Month 15 90% Month 17 95% Month 1895% Status Abbreviations: PD- Pre -Design P=Permitting SD - Schematic Design CA -Construction Administration DD = Design Development PC- Post Construction CD - Construction Documents 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'd month (90 days) following the RFQ due date. (if the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning for a Flex Park at Virginia Key RFQ No.: 16-17-003 Name of Key Personnel: Manuel G. Vera, Jr, PSM Title of Key Personnel (for this project): SUR Chief surveyor Name of Project Owner of Project Value of Project Role in Project Status of Project Miscellaneous Surveying Services City of Miami - OP $35,000 Project Manager DD Topographic Survey for the Streetcar Corridor City of Miami - CIP $000000 Project Manager DD OW Misc. Surveying & Mapping Contract FOOT District Six. $1.5 million Project Manager DD Misc. Engineering Services for NW l4th Ave. City of Miami - CIP S15,000 Project Manager DD CE Services for Englewood Storm Sewer City of Miami -CIP 5108,842 Project Manager DD Availability based on % of time per month Month 1 7°88 Month 4 65% Month 7 6056 Month 10 75% Month 13 70% Month 1670% Month 2 70% Month 3 70% Month 5 65% Month 6 6036 Month 8 75% Month 9 75% Month 11 6°38 Month 12 60% Month 14 70% Month 15 70% Month 17 70% Month 1870% Status Abbreviations: PD= Pre -Design P=Permitting SD - Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFO-WC Revised 7/29/22016 Q 0 '5 CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY 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 Marl on the 3`0 month (90 days) following the RFQ due dale. (lf the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key RFQ No.: 16-17-003 Name of Key Personnel: Alejandro Rosquete Title of Key Personnel {for this project): Plumbing Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project SkyRlse Construction Office SkyRlse Miami S250,000 Plumbing Design CD Miami Beach High School MDCPS S4 Million Plumbing Design CO Availability based On % Or time Der month Month 1 Month 4 Month 7 Month 10 20% Month 13 20% Month 16 20% Month 2 Month 5 Month 8 Month 11 20% Month 3 Month 6 Month 9 20% Month 12 20% Month 14 20% Month 15 20% Month 17 2096 Month 1820% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFO.WC Ravlaad 7129/2015 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: Flex Park at Virginia Key Name of Key Personnel: Charles Yost Title of Key Personnel (for this project): Electrical Engineer RFQ No.: 16-17-003 Name of Project Owner of Protect Value of Protect Role in Project Status of Project SkyRlse Construction Office SkyRlse Miami 5250,000 Engineer CD Miami Beach High School MDCPS 54 Million Engineer CD Merrill Stevens Moffatt & Nichol 54 Million Engineer CD/ CA Availability based on % of time Der month Month 1 Month 4 Month 7 Month 10 40% Month 2 Month 5 Month 8 Month 11 4096 Month 13 40 Month 14 4096 Month 1640% Month 3 Month 6 Month 9 40°a Month 12 40'` Month 15 40% Month 1740% Month 1840% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration OD = Design Development PC- Post Construction CD = Construction Documents Farm RFO.WC Revisad 7/229,2016 PROPOSER'S CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY 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'd month (90 days) following the RFQ due date- (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key Name of Key Personnel: Maurido Vargas RFQ No.: 16-17.063 Title of Key Personnel (for this project): Mechanical Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project MDCPS Inspections MDCPS $1.5 Million Inspector PC Miami Beach High School MDCPS $4 Million Pumbing Design CD Cordis Cardinal Health 525 Million Mechanical Design DD/ CD Availability based on % of time per month Month 1 Month 4 Month 7 Month 1030% Month 13 30% Month 1630% Month 2 Month 5 Month 8 Month 11 30% Month 3 _ Month 6 Month 9 30% Month 12 30% Month 1430% Month 15 3033 Month 17 3°% Month 1830% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD - Construction Documents Form RFQ-WC Revised 7r2912016 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 (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia key Name of Key Personnel: Rene I.tasulto RFQ No.: 16-17-003 Title of Key Personnel (for this project): Principal in Charge, MEP Name of Project Owner of Project Value of Project Role in Project Status of Project Pompano Marina WH Pompano LP $2 Million Review CD Availability based on % of time per month Month 1 Month 4 Month 7 Month 105% Month 135% Month 165% Month 2 Month 5 Month 8 Month 11 5% Month 3 Month 6 Month 9 5% Month 12 5% Month 145% Month 15 5% Month 17 5% Month 185% Status Abbreviations, PD= Pre -Design P-Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 7r2912016 . PROPOSER'S CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shag be completed for each of the Key Personnel identified in Form RFQ-Q7. Month 1 to projected to start on the 3r° month (90 days) following the RFQ due date. (it the RFQ is due in March, then Month 1 would be June) RFQ lute: Yirginla' Key Rex Park RFQ No.: 1t'.17nfi3 Name of Key Personnel: CharesseCReater Idle of Key Personnel (for this project): Cummrmfy rltmr CpflSVI an Name of Project Owner of Project Value of Project Role in Project $lotus of Project Sort Corridor Rapid Transit Pr jert M€aml.DadeCuunty Public ineotwcment. PD SR 916fNWfl3E 135 Street Pmjecl 11.. Pppmiment ofTranspmta4on 5476 million Pubtk Involvement P13 1.trkson Mfrack&gilding Gjial Plan Jackson lfcalth System 512 billion outman 00 Availability based on of time Der month Month 1 53 Month 4 6o Month 7 Month 10 Month 13 Month 18 Moidh 2 6ll Mont 5 Month 8 Month 11 Month 14 Month 17 Status Abbreviations: PD= Pre -Design P Perrniting SD = Schematic Design CA -Construction Administration DO = Design Development PC- Post Construction CD = Construction Documents Month 3 to Month 6 Month 9 Month 12 Month 15 Month 16 wm n�ra�16 R"veiCA 772¢21116 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity instructions: This torn shad 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. Of the RFQ is due in March. then Month 1 would be June). RFQ True: itirginiz Key f(ce Park Name of Key Personnel: Naiad' Pkude RFQ No.: 16.17•3133 Title of Key Personnel (tor this project): Public k,fonnahonOftccr Marne of Project Owner of Project Value of ProjeoL Role in Prajeat Status of Project %toh Corridor Rapid frame Pruj rt Miami -Dade County Pubic Involvement P13 Sit Ii6.HW/N[ 135 Street Project R Department of Transportation $475 million Public involvement PO - Availability based on % of brae per month Month t W Month 4 60 Morita 7 Month 10 Mont 13 Month 16 Month 2 60 Mont 5 60 Month 8 Month 11 ._ Month 14 Month 17 Status Abbreviations: PD= Pre -Design P= Permuting SD c Schematic Design CA=Construction Administration t3D = Design Development PC- Post Construction CD c Consiturdion Documents Month 3 6@ Month 6 Month 9 Month 12 Month 15 Month 18 Finn arc] -WE: armed rdara018 PROPOSER'S CURRENT WORKLOAD CAPACITY 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'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June) RFQ Title: Flex Park at Virginia Key RFQ No.: 16-17-003 Name of Key Personnel: jeanneChoi Title Of Key Personnel (for this project): Project Manager/Senior Lighting Designer Name of Projeet Owner of Project Value of Project Role in Project Status of Project Red Hook NYC Housing Authority N/A Senior Designer CD Waller Creek Waller Creek Conservancy N/A Senior Designer PO Newport News Art Lighting City of Newport News, VA N/A Project Manager DD Pier 26 Hudson River Park Trust 30.7 Million Project Manager PD hamptons Residence N/A N/A Project Manager SD Availability based on % of time per month Month 1 25 Month 2 25 Month 3 25 Month 4 25 Month 5 25 Month 6 25 Month 7 25 Month 8 25 Month 10 25 Month 11 25 Month 13 25 Month 1625 Month 14 25 Month 17 25 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 9 25 Month 12 25 Month 15 25 Month 1825 Form RFD -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 3i° month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key Name of Key Personnel: Garwood Title of Key Personnel (for this project): Associate/Lighting Designer RFQ No.: 16-17-003 Name of Project Owner of Project Value of Project Role in Project f Status Project Red Hook NYC Housing Authority N/A Project Manager CD Private Estate N/A N/A Project Manager PO Waller Creek Waller Creek Conservancy N/A Project Manager DO Hemisfair Park City of San Antonio, TO N/A Designer CD Pearl Street Plaza 5abey Corp. N/A Designer DD Availability based on % of time Der month Month 1 20 Month 4 20 Month 72° Month 1020 Month 13 20 Month 16 20 Month 2 20 Month 3 20 Month 5 20 Month 6 2° Month 8 2° Month 9 2Q Month 11 Z0 Month 12 20 Month 14 20 Month 15 20 Month 17 20 Month 1826 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFC -WC Revised 7/29/2016 PROPOSER'S CURRENT WORKLOAD CAPACITY 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'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Flex Park at Virginia Key RFQ No.: 1617003 Name of Key Personnel: Linnaea Tillett Title of Key Personnel (for this project): Principal/Lighting Designer Name of Project Owner of Project Value of Project Role in Project Status of Project Red Hook NYC Housing Authority N/A Principal/Designer CD Private Estate N/A N/A Principal/Designer PD Newport News Art Lighting City of Newport News, VA N/A Principal/Designer DD Pier 26 Hudson River Park Trust 30.7 Million Principal/Designer PD Hamptons Residence N/A N/A Principal/Designer SD Availability based on % of time per month Month 1 15 Month 4 15 Month 7 15 Month 1015 Month 13 15 Month 1615 Month 2 15 Month 3 15 Month 515 Month 6 15 Month 8 15 Month 9 15 Month 11 15 Month 12 15 Month 14 15 Month 15 15 Month 1715 Month 1815 Status Abbreviations: PD- Pre -Design P-Permitting SD = Schematic Design CA=Construction Administration DD - Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 72912016 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`d 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, Landscape Architecture and Engineering Services for A Name of Key Personnel: ArsenioMilian,P.E. RFQ No.: 16-17-003 Title of Key Personnel (for this project) Ennstrurtion Management Name of Project Owner of Project Value of Project Role in Project Status of Project Pump Station )022 MD Water and Sewer Depanment 5119,857 Principal PD Salmon Farms Atlantic Sapphire 5500,030 Principal SD St. Ga :lens Site Turgo, LTC 525,000 Principal PD Queen of Heaven Cemetery Catholic Health Services 5865,000 Principal P Availability based on % of time per month Month 1 10% Month 4 10% Month 7 1046 Month 10 1056 Month 13 10% Month 1610% Month 2 10% Month 3 10% Month 5 10% Month 6 10% Month 8 10* Month 9 10% Month 11 1046 Month 12 1046 Month 1410% Month 15 10% Month 17 10% Month 1810% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Faxo RFQ-WC Revised 7/29/2016 PROPOSER'S CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY 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'd month (90 days) following the RFQ due date. (€f the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Design, Landscape Architecture and Engineering Services for A RFQ NO.: 16-17-003 Name of Key Personnel: Gabriel Milian, P.E. Title of Key Personnel (for this project): Construction Management Name of Project Owner of Project Value of Project Role in Project Status of Project Salmon Farms Atlantic Sapphire $500,000 Senior Engineer SD Police Academy Building Leo A Daly $35,625 Senior Engineer DD Lake Fill Permitting Royal Group Investments 513,301 Senior Engineer DO St. Gaudens Road Turgo, LLC S25,000 Senior Engineer 5D Green Tech Corridor MO water and Sewer Department $101,199 Senior Engineer PD Availability based on % of time Der month Month 1 50% Month 4 5°91 Month 75°% Month 10 50% Month 13 50% Month 16 So% Month 2 50% Month 3 5°% Month 5 50% Month 6 50% Month 8 5096 Month 9 50% Month 11 50% Month 12 50% Month 14 5055 Month 15 50* Month 1750% Month 1850` Status Abbreviations: PO= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFO-WC Revised 729/2016 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'd 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, Landscape Architecture and Engineering Services for0 RFQ No.:1677°°3 Name of Key Personnel: Juii° Menache Title of Key Personnel (for this project): Construction Management, Pro ert Manager Name of Project Owner of Project Value of Project Role in Project Status of Project Pump Ration Projects MD water and Sewer Department 51,139,068 Project Manager PO Salmon Farms Atlantic Sapphire $500,000 Project Manager SD Queen of Heaven Cemetery Catholic Health Services 5865,000 Project Manager P 5tormwater Sampling Program MO Aviation Department 5172,000 Project Manager Availability based on % of time Der month Month 1 20% Month 2 20% Month 3 20% Month 4 25* Month 5 20* Month 6 2096 Month 7 2045 Month 8 2°96 Month 9 2°% Month 10 20% Month 13 20% Month 16 20% Month 11 2" Month 12 20'% Month 14 2055 Month 15 20% Month 17 20% Month 1820% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 729/2016 PROPOSER'S CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY RESUMES OF KEY PERSONNEL RESUME MARK W. JOHNSON. FASLA / FOUNDING PRINCIPAL Mark Johnson Is a leading urbanist. designer of public space and strategist for the regeneration of core cities. He is sought by clients and collaborators for his ability to listen and provide honest responses to challenging contemporary urban Issues that are rooted in economic, political. legal and social issues. His commitment to addressing these conditions and improving life in cities through the natural environment has resulted in the implementation of some of the most complex and transformative projects in the country. He Is currently leading the radical and complex reinvestment of Nortfrslde In downtown St Louis, a 1700 acre derelict residential and industrial neighborhood, into one of the country's leading sustainable regenerations. He recently completed the design of a mile -long waterfront promenade in dewntnwe San Diego. the North Embarcadeto as well as the restoration of a 24-acre island park in downtown Calgary and the 40-acre Museum Park In Miami along Biscayne Bay. Professional Experience 1983-Present Civitas, Inc. founding Principal. Denver, CO 1982-83 Cambridge Seven Associates, Cambridge. MA 1977-80 Jones 6 pones. Seattle. WA Education 1982 1575 Harvard University, Masters of Landscape Architecture and Urban Design with Distinction Utah Stare University, Bachelors of Landscape Architecture, Magna Cum Laude Licenses & Registrations Licensed in New York, Nevada, Wisconsin. Colorado. Missouri. Oklahoma. Utah. Wyoming. Virginia. New Mexico, Massachusetts, Washington, California. Florida, Kentucky. Minnesota: CLARB Certified Professional Memberships American Planning Association, Urban Land Institute: American Institute of Arch ltettsi American Society of Landscape Architects: CEO Roundtable Selected Project Experience 2016-Present Strategic Land Use Planning for the Calgary Municipal Land Corporation and Calgary Stampede, Alberta 2015-Present Pershing Square Renew Design Competition Finalist, Los Angeles, CA 2015-Present Back to the River Waterfront Redevelopment, London. Ontario 2015-Present Lake Effect Signature Project. Wayzata. MN 2014-Present 'The Haven Project, with NY Restoration Project, Mott Haven. NV 2014 - Present St, Louis National Geospatial Intelligence Agency City Planning Initiative, 5t. Louis, MO 2014-2015 St. Petersburg Pier Design Competition. St. Petersburg, FL 2014-Present Market Square and Urban Parks, Crystal City. Arlington, VA 2014-2015 National Western Center Master Plan. Deaver. CO 2014-Present Finlay Park, Columbia, 5C 7014-Present North Carolina Museum of Art Park, Raleigh. NC 2014-Present St. Louis Regeneration Consulting Project, Sc. LOus, MO 2013-Present Fitzsimons Redevelopment Authority, Advisor, Denver. CO 2013-2014 Kabul New City Redevelopment. Afghanistan 2013-Present juhan B. Lane Riverfront Park. Tampa. FL 2013-2014 Washington University Medical Center Urban Design Renewal, St. Louis, MO 2013 Sydney Centennial Park Master Plan Update, Australia 2012-2013 Town Branch Commons Design Competition, Lexington, KY 2012-2014 Aviation Station Mixed Use TOD Urban Design, Denver, CO 68 2011-201S 2011-2014 2011.2012 2010-2014 2010-2014 2010 2009-2012 2009 2009 2008-2014 2007-Present 2005.09 2006 20135 2005 2005 2004 2004 2003 2003 2003 2002 2002 2002 2002 2001 1999 1993 5t. Patrick's Island. Calgary. Canada Lane Field. San Diego. CA Zidell Development Master Plan, Portland. OR San Diego Convention Center Roof Park 6 Carden, San Diego, CA Plaza De Panama Restoration, Rai hna Parlr, San Diego, CA Jefferson Memorial Design Competition, Si, Louts. MO Washington University Medical Center Vision Ran. St. Louts. MO Sherman Creek Master Plan, New York, NY China • St. Louis Trade Strategies, 5t. Louts, MO North Embarcadero, San Diego Northside Redevelopment, 51, Louis, MO Museum Park. Miami. FL Balboa Park Parking Management Plan. San Diego. CA High Line Master Plan Peer Review, New York City. NY Los Angeles River Master Plan, Los Angeles, CA Charlotte First We rd Neighborhood Plan, NC Centennial Greenway Master Plan. 5t. Louis. MO Memphis Riverfront- Tom Lee Park. Memphis. TN San Diego River Park Master Plan, San Diego. CA Balboa Park Central Area Plan, San Diego, CA Atlantic Avenue Plan, Brooklyn, NY Third Ward Neighborhood Plan, Charlotte. NC Wharf Parks Competition. Boston. MA Memphis Riverfront Redevelopment. Memphis. TN Salt Lake City Library Square Civic Park, Salt Lake City, UT Centennial Park and Formal Gardens, Denver, CD Commons Park. Central Platte Valley, Denver, CO Stapleton Airport Redevelopment Master Plan, Ilenver. CO RESUMES OF KEY PERSONNEL Mark W. Johnson, FASLA Page 2 Selected Honers, Awards and Recognitions 2016 Fast Company Innovation By Design Honorable Mention, St, Patrick's Island. Calgary 2016 National Urban Design Award for Sustainable Development, St. Patrick's Island, Calgary 2014 Ny American Institute of Architects Urban Design Award for St. Patrick's Island, Calgary 2008 ASLA Hamer Award, Los Angeles River Revitalization Master Plan 2008 AIA Honor Award for Urban Design, Los Angeles River Revitalization Master Plan 2008 AIA Central California Design Award. Los Angeles River Revitalization Master Plan 2007 Waterfront Center Award, Los Angeles River Revitalization Master Plan 2002 Stockholm Partnership World Award for 5ustalnabliity. Stapleton Plan Selected Lectures, Teaching and Presentations 2016 Speaker, Landscape Architecture Foundation 50th Anniversary Summit, Philadelphia, PA 2016 ReSite Win -Win Presentation Prague. Czech Republic 2016 New York AIA Awards juror, New York, NY 2015 Speaker, World Health Design. 'Designing the City as a Strategic Tool for Improving Public Health. World Conference. Hong Kong 2015 Speaker, ReSite Design Conference. Prague, Ctech Republic 2015 Professor. Contemporary Practices In Urbanism (Coupe no. LSO 7441), Spring Semester, Harvard University Graduate School of Design. Boston, MA 69 RESUMES OF KEY PERSONNEL RESUME CRAIG S. VICK(ERS. RLA / OESICN PRINCIPAL Craig Is a dedicated, high-energy designer with over 20 years of experience with Clvltas. His tireless passion for creaking distinct, beautiful and lasting pu bile spares hnvc1ve the integration of urbanism and health. Cralg`s love for human expression through design, coupled with his passion for nature, brings meaning and authenticity to his work- Craig's experience is broad. ranging from public spare design in complex urban environments to the planning and design of more contemplative environments of higher education and corporate campuses, His experience working across The country has given him tremendous insight into understanding cultural distinction and the ability to diagnose complicated problems rapidly - this is what makes Craig a valuable designer. His recent j project work has focused specifically on urban regeneration and building cultural design expression. Craig's leadership ability and drive for excellence Is exemplified in projects such as Belmar Town Center, The Salt Lake City Government District Master Plan. The San Diego Convention Center Expansion, Museum Park Miami and the Stapleton Park Open Space System, Craig has won ULI, ASLA and AIA awards fur a wide range of design protects including visionary and built work, Professional Experience 1990-Present 1988-90 1987.88 1987 1986 1983-85 Civitas, In€.. Denver, CO Albert Veri 6 Associates Inc.. Providence. RI Urban Associates. Inc.. Bedford- NH Grant Reed Designs- Fort Collins. CO AHK Engineers, Denver, CO Holland Corporation, Denver. Co Education 1987 Colorado State University. Bachelors In Landscape Horticulture, concentration in Landscape Design and Construction Professional Service 2014-Present Design Review Board Belleview Station, Denver. CO 2010 Downtown Denver Partnership Awards Jury, Denver. CO 2019 AIA Colorado, Committee On The Environment, Denver. CO 2009 Panelist for National Green goat Conference, Denver Botanic Gardens, CO 2008 ULI Workshop, A New Vision for Edge Development In the West, Phoenix, AZ 2000-2008 City of Golden Parks and Recreation Advisory Board. CO 2002.2003 University of Colorado, Dept. of Landscape Architecture Advlsory Board 1987-1988 Social Chairman, Granite State Society of Landscape Architects, Boston Society of Landscape Architects Selected Project Experience 2017-Present 2016 -Present 2015 - Present 2015-Present 2015-Present 2014-Present 2015-Present Downtown Denver LDOP, Denver, CO [enters Urban Design and Master Plan, Loveland. CO Painted Prairie, Traditional Neighborhood Development. Denver, CO The Hub Mixed -use Development, River North, Denver, CO University of Colorado, Carlson Gym Renovation and Adaptive He -Use, Boulder. CO Market Square and Urban Parks, Crystal City, VA Park Main Public Square and Park, Park City. UT RESUMES OF KEY PERSONNEL Craig S. Vickers. RCA Page 2 2015-2016 Pershing Square Renew Design Competition Finalist, LCS Angeles, CA 7015-Present Araphahoe Street Plaza and Public Gardens. Golden, CO 7014-2016 Northern Arizona University Landscape Master Plan and Imphementatlon Projects, Flagstaff. A2 2014-2016 LBA Realty Denver Place roof deck amenity, Denver, CO 2013-2014 Lang Beach Civic Center Design Competition, Long Beach, CA 2014-2016 University of Colorado Boulder. East Campus Life Sciences Micro -Master Plan, CO 2014 Belmar Plaza Renovation, Lakewood, CO 2014-2016 Belmar Alameda Corridor Street Improvements. Lakewood. CO 2013-Present Southeast Community Park, Fort Collins, CO 2013 Digital Globe International Headquarters, Broomfield. CO 2013-Present Belleview Station, Denver. CO 2013-2015 River North Park, Festival Street Schematic Design, Denver, CO 2013-2014 Belmar Plaza, Benflls Lane, Design Improvements, Lakewood. CO 2013-2014 North Hills Mixed -Use Redevelopment, Raleigh. NC 2013-2014 Denver Parks and Recreation Natural Areas Study, Denver, CO 2012-2015 Schwab Corporate Campus and Call Center, Lonetree, 00 2017-Present Stapleton Parks and Open Space System, Denver. Colorado 2011-2014 University of Colorado at Denver Academic Building 1. Denver. CO 2011-2012 River North Park Master Plan. Denver. CO 2011-2014 University of Colorado at Boulder Gensciences Building. Boulder, CO 2011-2013 North Stapleton In Tract Parks Construction Documents, Denver, CO 2011-2012 Stapleton Dftlte District Master Plan. Denver, CO 2011-2012 North Stapleton Parks/Trunk Open Space Master Plan, Denver, CO 2011 Inchean International Airport Passenger Terminal 2 Design Competition, Seoul, Korea 2010-2014 San Diego Convention Center Roof Park 6 Garden, San Diego, CA 2010-Present Plaza De Panama Restoration, Balhoa Park, San Diego. CA 2010-2014 Stapleton t entral kirk Huulevaru b 46th t'Iare, Design b LunslruLtion, Denver, CO 2010-2011 Primetech Office neve lopment, Centennial. CO 2010-2013 Public Safety Building, Salt Lake City, UT 2010-2012 Colfax and 14th Avenue 5treetscapes, Denver. CO 2009-2013 Ralph L. Carr Colorado justice Center, Denver, CO 2009 Discovery Museum Design Competition, Fort Collins. CO 2009 Aurora Community College Master Plan, Lowry Campus, Aurora, CO 2009 Lisbon International Airport Competition, Lisbon, Portugal 2006-09 Goodyear Town Center, Goodyear, AZ 200E-09 Financial Plaza Renovation, OenverTechnological Center, Denver, CD 2007-09 The Wildlife Experience Museum Expansion. Meridian, CO 2008 United Arab Emirates Military Museum Competition, Abu Dhabi. UAE Recent Awards. 2016 2014 2014 2013 2012 ASLA Honor Award for Planning - Northern Arizona University Landscape Master Plan ASLA Merit Award for Design - Colorado Justice Center AIA Urban Design Award -Salt Lake City Public Safety Building ASLA Merit Award for Design - Salt Lake City, Public Safety Building Belmar Town Center, American Society of Landscape Architects - Colorado Chapter 70 70 71 71 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL RESUME ROBIN ROONEY. RLA, LANDSCAPE ARCHITECT Robin is a Project Leader and Registered Landscape Architect with Civitas. In 2008 she ]oined Civitas with nearly ten years' experience in residential landscape architecture. Over the last 9 years Robin has worked on a breadth of parks and campuses around the country including a 40-acre park on Biscayne Bay In Miami, Sanford Consortium of Regenerative Medicine in San Diego and the award -winning Salt Lake City Public Safety Building. Currently Robin is managing the design o Tampa's 23-acre Julian B. Lane Riverfront Park and Twin Silo Park in Fort Collins, both of which are under construction. Working for nearly two years with residents of the Lower Ninth Ward following Hurricane's Katrina and Rita through her graduate studies, Robin developed a greater understanding of the power of landscape architecture to affect people's lives. While landscape architecture is a tool to express cultural Master I, social and ecological patterns, Robin believes Its greatest strength is found in Its ability to build relationships of economy and trust with those that inhabit the landscape. Artful designs, drawing their meaning and form from the site's context, integrate cultural, social, ecological and economic systems, fostering a dialogue between people and their environment. Professional Experience 2008 - Present Civitas. Denver, CO 2005 - 2008 Design Studios West. Denver, CO 2003 - 2005 Peaceful Valley Studios, Boulder. CO 1999 - 2003 LID Landscapes, Boulder, CO 1997 - 1999 Landsystems Landscapes, Redwood City, CA Education 2007 1997 1393 Master of Landscape Architecture, University of Colorado at Denver Bachelor of Science, Horticulture, Landscape Design, University of Nebraska, Lincoln Bachelor of Arts, Philosophy, University of Nebraska. Lincoln Licenses 13 Registrations C.L.A.R.B. Certified Colorado State Board of Landscape Architects, LA 211 California Landscape Architects Technical Committee Board, LA 5759 Nebraska State Board of Landscape Architects, LA 270 Professional Service 2012 - Present Ongoing Juror for Midterm and Final Graduate Landscape Architecture Students, University of Colorado at Denver, CO 2004-2010 American Society of Landscape Architects Associate Member 2006-2007 Americorp Service Member,1800 hours community service in planning 6 design for the Lower Ninth Ward, New Orleans, Louisiana 2005-2006 ASLA Student Chapter; Chair of Professional Mentor Program 2001-2002 Boulder County Master Gardener Awards 2014 2013 2007 2006 2006 2006 2005-2007 Rollin Rooney. RLA Page 2 AIA Urban Design Award - Salt Lake City Public Safety Building ASLA Merit Award far Design - Salt Lake City. Public Safety Building American Society of Landscape Architects, Colorado Chapter. Certificate of Honor Hideo Sasaki Interdisciplinary Scholarship Colorado Business 6 Professional Women's Education Foundation Scholarship Outstanding Service Award —University of Colorado at Denver Graduate Tuition Awards Select Project Experience 2017 - Present 2016 - Present 2015 - Present 2013 - Present 2013 - Present 2012 - 2014 2012 - 2014 2011-2014 2011-2012 2011- 2012 2011 2010 - 2011 2010 - 2012 2010 - 2613 2010 2010 - 2013 2010-2011 2009 2009 2009 2009 200E - 2013 2008 - 2009 2007 2006 - 2007 2006-2007 2006 2005 2004 - 2005 2003 Koelbel Business Innovation Hub, University of Colorado Boulder, Boulder, CO 3200 Bluff Street Mixed -Use Development, Boulder, CO Montana State University Dining Hall, Bozeman, MT Julian B. Lane Riverfront Park. Tampa, FL Twin Silo Park, Fort Collins, CO Filing 19 Streetscape, Lonetree Schwab Corporate Campus Design Competition, Denver, Colorado University of Colorado Boulder Student Recreation Center, Boulder. CO Stapleton Office District Master Plan, Denver, CO River North Park Master Plan, Denver, CO Incheon International Airport Passenger Terminal 2 Design Competition, Seoul, Korea Edmonton City Centre Airport Lands, The Master Plan Competition, Edmonton, Alberta Colorado School of Mines Student Health Center, Golden, CO Byron G. Rodgers Federal Office Building, Denver, CO Westcliffe Events Center, Westtliffe. Colorado Salt Lake City Public Safety Building, Salt Lake City, Utah Main @ Washington Urban Design Master Plan, Greenville, SC Museum Park Miami, Miami, FL Centennial Greenway, St. Louis. MO North Las Vegas City Hall, North Las Vegas, NV San Diego River Master Plan, CA Sanford Consortium for Regenerative Medicine, University of California San Diego, CA San lose International Airport, San lose, CA Irby Park. Huntington Beach, CA Solterra, Lakewood, CO Maryland Creek Ranch. Silverthome. CO Galdbranch, Niwot. CO Kiowa Ridge. Estes Park. CO Lindsay! Shafer Residence. Boulder. CO East Park Office Building, Boulder. CO 72 73 RESUMES OF KEY PERSONNEL I iwwt - NDLLriak, wodut w ;egnned taw.eAl. Arllleteal BB vw..n www nrifmiesl4c nl..ram ..L d. `3f=n i A'itl!!_ t' -C '.._•• Rf P.r rat.eM .Pori. W.. Jucuy.. _.wwJ.. 'Aa41,.w. W.V....I l 11.4.., w.4ltu. =.... w . nta,.a r•..r #:. n.vr r..4 e. My.wNJ....ua. Busines$ Professional IlltAINIMIIIIMP Sbamti Nr. Lit... Apply He ■ Nan. VW. Aaptrmlan Oar.= 61nd edam WenNW.' Hie • GJ.ain..n AMC1nV a OryM ia. :nvalre a P.IVAr} IJa tw.n'rh L.O.V, 040 VW. 11an.M inr.rm.l.n amp B ihamis Cr.a-ji1W inlarmikaga LOONBlwa.r TOa1 0Y CA I LRMM TEpf LALIIIaa DBPR ONLINE SERVICES 1OHNSON, NARK W {n•�,n•.. w.,�1 too N.m.j 1300 BANNOCK STREET O ENv.N Calar.na fa701-3611 1200 BANNOCK STREET O ENYER CO BO2043631 B.filur.d Landaup. Arehlt.cr L.nt.c.p. Art 1A6e61016 Cwrrerrrdlrtly. Off 24f ZOOS 11/30/2010 Special QO.Iarc.Cl0n. ar.Rrl WHOM SRBW.. view Raal.0 Lick, a immuJauan [ Nam.. ILvga.al Wm! Aram*. W as n.W Na1N ARV*. J;oewi, r1i n,wnc Lv:.na Wave 414141111.14. p.N Mech. g0N E. ln'.lon on. RESUMES OF KEY PERSONNEL George Puig, PLA Project Manager/Landscape Architect R0'evail E'periellco Baywalk Plaza Area Design, North Ray Village. FL —Protect manager and landscape aichdeci • As prime consultant, Khnley-Horn and Associates Inc. provided North Bay Village with landscape architecture and civil engineering services for the site imprcromenls to separate plaza areas and connector boardwalk trader the east bridge along JFK Causeway. Sol vices include the nleagn of landscape auchlteolural oanpcnents including hadscape lantscape. site furniture, site lighting and illation from concept through construction. Part of the design elements el the project includes an iconic 'sail structure" to salve as a focal vane The contract is funded through The Florida Inland Navigation District jFIND). Coral Way Medians, Miami, Fi. «-LIII100ape architect for the design median improvements far the existing medals wilhln Coral Way between 12th Avenue and 371h Avenue In the Crty of Miami. The project included landscape and herdscape plans, as well as obtaining ail required permits end construction supervision. General Landscape Architectural Services Contract, Mlannal, FL —Serving as project manager for the Miley -Born team that Is providing the City of Miami with landscape architecture services el various project sites throughout the City. Services include the design of landscape architectural cmnpo cents lecturing hardseape. landscape. she tunnture, site lighting and irrigation far deferent pnoleot types rnclarting parks. slreetscapes, and other related urban puhtic realm areas lranl concept through construction. The contract is being funded through The City of Miami Capital Improvements Program (CIP). Miami River Dreennay Design - Six Sires, Miami, FL —Serving as landacape aldhdec4 Kern was retained for the development of a master plan for sio sites awned by Miami -Dade County. Two design options were developed for each site and presented to the public and the Miami Fbver Committee for discussion and concurrence tor the recommended akemative to proceed with the design phase. Design included site deveiopmenL drainage, permitting (DERM and FDSP), lighting. structural design new seawalls, and repairs o1 e0sdng landscape and irrigation. Leeman include SW 2ndAvenue Budge, 541h St-eet Melronoaer Station, Miami Avenue Bridge, Beneath County Metrarail, adjacent to FPL ram* Beneath County Metrorail, airtanentta "Neo Welke and M-D WASD pump station and connection to North River Hive. Miami Worldcenler. Mland, FL — Serving as landscape architecture project manager. Komley Horn partnered with a private developer, the City of Miami, the Miami Community Redevelopment Agency {CRA), and other stakeholders in preparing typical sections for etreetscapes tar the City's largest proposed downtown project. 0lmloy-Horn also partnered with numerous utlllty companies to dote -mine existing underground conditionn. Once this information was obtained. we worked with multiple stakeholders to develop and evaluate various streetscape oplons for roads and avenues within the multi -block project limits. Ingraham and riz!asto Park Improvements, Coral Gables, FL — Served as project manager. Kimloy-Morn Is responsible fur the landscape, hal escape, fountain. site Iurniture, Irrigation and architectural improvements at Ingraham Park. a 1.5-acre park at Me intersections of Le Jenne Road and Ingraham Terrace in Coral Gables. Ingraham Park has been a passive park for the City of Coral gables for manydeeedes, but does not include any significant recreational features or amenities to be enjoyed by residents and vtshals.The inclusion of walkingrexemise bails, outdoor exercise equipment, lre11ses, fountains. and she furniture using mstar10 Coral Gables architecture prominent throughput the City as inspiration, provides residents and visitors with the opportunity to enjoy many additional activiles within the park diftSa r5.17u ni repeal Special r,ualitica?ions: • Has 2 ,:._ . lairds " a.l.hdeulule expeden01 • Chou ul the Mranu-Dade Cooly Waterfront D6yetopn-1en1 Review 4A1lnlnlitee • Citizens for a Better South Fidrida 1.xerutra Board ticnmaI • Neat Steele Miami • Board lAenilol • feem oriented with a ui:mpue blond id design klo etertge alrl manegelnenl experience • 0nta:al Invalvernw,1 In reaealonal end slreelecape type projects from imircepl through combo:tiull a'ne o,lralioo Professional credentials: • Balmier a1Lank-.are Andate Ile Landscape dicmrc:lure, riniveray-1 Benda, 199_ a Professional Lalit .oar Arc111ll.t In Florida 6 LT0ry 706. November ail 2003 acid Fuerl-e Rico a Crime Prevention 1 hr ugh Environmental Desigl•: (1:PTc1) ceitllitallarl • (Roadside Vcgr:ratinn Manayrrnenl advurccd training certification Professional Orgen1r001ons: • 'Lan `Cuc:ery of Lanus:ape. Pirc1111LCIr, ALAI, Foil hlas;tor • Ih Ilan Lend Inslitide • Celegwdefrqurtacn Alqulesros P Puerto 74 75 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL Aaron Buchler, P.E. Civil Engineer N':'av dei Et pun retiree North and South River Drives - Miami River Greenway, Akannl, FL —Served as protect manager. Kiniley4orn was retained to redesign North end South River Drives in the City of Miami to incorporate a continuous gi eenway along the Miami River. I he firm developed eelaemetic designs and 30 percent construction documents. Additional aesthetic improvements ircl uded site furniture pedestrian lighting. and preliminary landscape ri;ooneeendalons to enhance the overall quality and prodde a definable image for the Miami Fever Greenway: In addition to landscape architecture and urban planning Kerley -Horn also provided crud engineering, roadway design, and stemmata retrofitting services for this project_ With these in-house capabilities. the design team was able to produce high -quality 30 percent construction drawms for the City within the anticipated timehame. $dckefl City Centre, Miami, FL — Project manager, Located at the core of the City's financial district. Bricked City Centre is a thee -acre mixed -use development —and one of the largest acliue praiects in line Claof Miami tc-0ay. The site comprises approximately three city blocks. At completion, this $1.05 billion project will include 2.9 million square feet of retail, office_ residential. and entertainment space. The parking demand inr thin proposed development will be satisfied by the construction el a Iwo-lesel subterranean parking garage. which •xl1 extend beneath the right- of-way for full connectivity between the three blocks. This I FFfh Neighbadtod Certified project will also include sustainable elements such as a climate ribbon. gteen refs. and cisterns for Irrigation use. As the engineer of record, Kimley-Nora rs prnvldine an array of civil engineering, transportation planning, and Italic engineering services. The scope of work includes design, permitting, and construction administration Ice the installation of more than 7,000linear feet 01 new watei and sewer Wines wean an extremely congested titling corrldnr full roadway reconstruction including drainage improvements: traffic signalizafien: and on -site stormwater management Ingraham and Tlzlan° Park Improvements. Coral belies, FL —Served as prodecl engineer. Kinky-Hornis responsible for the landscape, hardscape, fountain, site furniture, Irrigation and architectural improvements at Ingraham Park, a 1.5-tore park at the intersections of Le Jaune Road and ingra:am Terrace in Coral Gables, Ingrahani Park has been a passive park Per the City of Coral Gables for many decades, but does not include any significant recreational features or amenities to be enjoyed by residents and visitors. The inclusion or walkingfexercise trails, outdoor exercise equipment, bailees, fountains, and site furniture using hlstaie Coral Gables architecture prominent throughout the City as Inspiration. pm'rides residents and tailors She opportunity to enjoy many adadionat activtdes within the perk Lincoln Road Closure, Miami Beach, FL —Served as project engineer. Ties proiectwas a lord -venture between the City cif Miami Beach and bpi Management. LLC, The 1000-1100 Block of Lincoln Road was closed 10 vehicular traffic to allow for the extension of the Lincoln Road Pedestrian Mall. The mall was extended west, from Lenox Avenue to Alton Road,to include a new pedestrian plaza. The design also included four water gardens, and se eetscape and infrastructure improvements. Kimley-Horn provided due diligence, civil engineering, landscape architecture,, permitting, traffic signal modifications, and lighting and electecal design services ter this project. MiamiWoddcenfer, Miami. FL —Served as protect manager. Kimley-Hon partnered with a private developer, the City et Newel the Miami Community RedevelupmentAgency (CRA), and other stakeholders in preparing typical secrione for streetsapes for the Citys largest proposed downtown project. Klmley-Horn ilia partnered with numerous utiliy compentes to determine existing underground conditions, Once this a:formation was obtained, we worked with multiple stakelhoklero to develop and evaluate various streetscape optlonsfor roads and avenues within the melt -block proper limas. LIR36ere.170_411irra xexr'ai S nec al Qualrficatrons: e i1.;., e' yc,;i= �i ,:q,:., i., r, III Idud devekjpnlcf €, Wilily systems and drainage desten ■ (Amara er adenee velm the erritkieunts, regulatory 0leem:rte. and perm/lay pea: eases :n 0auth Florida Professional Credentials: • 0arhelor of SS,.rerrrc, Celt Flrgineenng. Frieda lolemat;errral LtnI'wlsily, 1994 • Proleeswnal Engineer in Honda, O to t tnly 29,1999 Professional Organizations: • Hoek Enunciate Society • Inlornatlonel Council of Sheppmg Centers • Netaunal :soetely et Probesseeral Engineer, [WEI • tititan Lard Institute Alberto Herrera, P.E., LEED AP Civil Engineer Rc'luva+1t E'.perleniu .. Regaffe Park, Mianu, FL —Served as project engineer on the Klmley-Horn team providing landscape architecture and ciwl engineering services from concept through consbuction administration for Regatta Park in the City of Miami. Regatta Park Is a new 15-acre waterfront passive park that will transform the underutilized waterfront into a more cohesive and vibrant public space to help connect the general pubic to IN waterfront:. The main features el the park. Include the Expo Lawn, Regatta Lawn Tropical Gardens, Pedestrian Promenade. Mule -use Path Connector, Tree Nee Pedestrian Connector, and Chldren's Play Area and Parking Area. Raywelk Plaza Area Design, North Bay lrlhage. FL —Project engineer lot the North Bay Village 3aywalk Plaza AI ea Casten wtitc}l Included lire landscape alcheectule and cad engineering services for the ate improvements to separate plaza areas and connecter boardwalk under the east bridge along JFK Causeway. Services Include the design a# landscape architectural components Including hardscape. landscape. site furniture, aite kghtlirg and rtgaton from concept through construction. Pail of the design elements of the project includes an rconic'sail structure" to sere as a local point The contract is tended through The Florida Inland Navigation 0rsbrcf (FIND). ML Self Medical Center Free Standing Emergency Department, City of Hialeah. FL Rintlef-Horn was retained by ML Stoat to provide civil engineering and landscape architecture services Ole the proposed freestanding emergency department located at West 20th Avenue and West Both Street in Hialeah. Klmley-Horn and Associates was responsible for preparing a site plan to include the proposed 80,000, three story medical center, required parking, landscape, circulation and access to the site. Additionally, we provided civil engineer trig services that included a proposed drainage system and watlsewer service eeetneclicns blf the proposed building. Coordination wrte the City el Hialeah for downstream sewer transmission and FPLsarnce was also pnovsled.The project is expected to begin conshuction in June 2017 at which lime Kimley-time will provide construction administration seetkes. Fisher Island Ferry Terminal, M1and, FL —Project manager, Kimley-Bern was retained by Esher Inland Community Association for the proposed development of a parking garage and Improvements to the existing terry terminal vehicle loadinglunioading area. Kimley-corn developed various alternatives for the ferry terminal vehicle loading area aimed et faciiitadng the egress Of the vehicle from the loading area and their totes to MacArthur Causeway As part of the design process, the Florida Department of Transportation and Kimley-Born worked closely to evaluate each option working towards a full construction set of plans inclusive el driveway modification plans drainage plans. and a traffic signal moddcaton plan The selected option involved realignment of the egress road which also triggered a modification to an engine seawall and required permitting. The development of the parting garage Wes on an adjacent parcel, The development or the sale involved the design of access loads to the parking for ingress and egress, site drainage and water/ sewer services far the garage which was programmed to have small office space for rental purposes, The design al the access drives was closely coorclinated with a second existing ferry to allow the connection of the access drive to the ferry loading area 72-Inch Drainage Pipe p'Wasbogfon Avenue and 177h Shod), City of Miami Beach —The City 01 Miami Beach is n the process al improving their existing slam drainage system throughout lee City. eimtey-Horn was retained by The City of Miami Beach to provide deign services ter a purposed 72- diameter Wasnington Avenue and 17th Sheet The City has previously constnrcted a stormwater pumping etation and 90" Storm pipe located apprordmaiely at 20th Street and Washington Avenue. Kimley-Hore's scope included the design the extension of a 72'' storm drainage pipe to the existing DS'storm pipe along Washington Avenue southerly to 17th Street then coming westerly along 17th Street to terminate at an existing culvert located on Meridian Court, The scope alsn included the ldenlilialion of existing utility conflicts, design of conflict structures and ahteicannection of other minor existing system Io the proposed 72'. The permitting of the 72" seem drainage pipe was also included in Kimley- orn's scope aid&uaaseisl raw ,ey.m vti Special Qualifications; • Carl enginemririj reffirneive involving land/die derelhprvnnt, uOatei and sewer collation/ transmission eyelems, awn drainage syeleino wake inanateement pump atatiri1S. perimlgng and ccmatr'urtine reilmlm°miteio l Professional Credentials: • Master al :kience. favtl Errgilee00lg. Urriversrty ul Miami • Bachelor at Science, Cilia ingineering. umverelly of Miami • Proteasrorial Uterine, ill Halide {iry9^aG7) Prot essional Organizations: • U.S. r i0en Ehlileing Council • Chi Ft: lion Kimley) *Horn 76 77 RESUMES OF KEY PERSONNEL Brady Walker Environmental Scientist/Ecologist �; efts arrr Es;-erien-�a.- Sims Park, New Port Richey, FL —Ecologist. The 8.7-acre waterfront community park is situated eking the Pithtachaseotee irCotae'y River and Main Street In downtown New Port Richey. As part of the Master Plan, the City Council authorized the closure of segments of Grand and Circle Boulevards to create art unobstructed connection wllh Orange take, an adjacent 6.7-acre lake, to create a unified t5.4-acre urban open space. This newly enlarged urban green space will serves as a Local point and economic catalyst for the greater community. Through a senes of programmatic design teahnes, gardens, activity zones and event laces. the Master Flan connects the diver, Palk and Lake as a seamless recreational atractor that runs parallel to the businesses, dining, retail establishments and community services eking Mao Street. KimleyF1arn provided community and stakeholder engagement, programming, master planning, constrrlclien document preparation, permitting, and construction pease services. Sims Park opened in January 2016 S4-3 Spoil island Restoration — Kimley-Hem provided design, permitting, and consathchon phase services to restore an isolated wetland located an a sped island ISL-31 whhm the Indian River Lagoon IIRLJ. north e1 the Fart Pierce Inlet. An assessment was unelected to characterize tee existing conditions and habitat of the island. wetland, and adjacent maw ass In tee neash0re of the island, A Swale was designed to tidally connect the wetland to the IRL, The project else Included the design at an exotic vegetation removal from the island and the preparation of a re -vegetation plan to restore nattve habitat kenley-Horn prepared an environmental resource permit application forte proposed restoration work and completed the permitting approval process. The design included revegetation with native plants. habitat creation, and protection for an existing wetland. The island also realms patine phonic areas and campsites as wee as a Tsr network Southwest Florida deternaltonaf Airport, Mitigation Park, Fort Myers, FL — Ecologist. Kimley- Horn assisted Lee County Port Authority (LCPAI In mapping and assessing the 7.000-a;;re mitigation park that was created to compensate ter impacts whit the development of a new terminal. GIS mapping and ground lruihtng Were conducted io !denhty and map the emetic and nuisance species to determine rf Ure mitigation park was el compliance with the existing state and tederel permits, to assess the sae condilans, and to make recommendations regarding hdure maintenance. Kimley-Horn prepared a detailed mdigalion assessment report and provided short- and long-term maintenance recommendations for consideration by LCPA. Following completion of the assessments, Kerley -Harp prepared technical specifications package lot contractor bidding. Kimley-Hmn also provided canstrn:tion phase services for the Tirst phase of treatment. Rookery Bay Reserve, Collier County, FL —Environmental scientist that handled permitng with SP'NMO and USACE for the Lumley -Horn team selected for the by/Melees reconnechen of more Than 70 acres of mangrove wetlands to the Rookery Bay Reserve in Cotter County, This ecological enhancement and restoration consisted of evaluating the existing hydroperlcd and Installing law water crossings where appropriate to Improve the drawdown of the wetland area which had been isolated by a network of berms around the sae. Eeterrslve exotic removal was conducted and supplemental mangrove plantings were installed, The LISAnny Corps of Engineers redeemed these improvements as mitigation to onset potential impacts to wood stark foraging habitat en aoottrer project site. kimfey-llam also conducted tine years of monitoring after project completion to ensure success. Miami River -Miami internrodat Center Capacity improvement (MR-M1CCd), FL Environmental scientist. Protect will provide addtional mainline tackle) within the So. FL Rail Corridor from lust north of the Td-Rail Hialeah Market Stator to the Tit -Rail Mfarm Airport Station, whkh in the future will be accommodated within the Miami lntemrodal tesitce's (MIC's) Miami Central Stale (MCS), LPPL36a15,170Vft0rra leysr.W Spacial Qualifications: • Has 13 yeas of 0apeeenee, Includlne ealenalve "mid work ihrougrlout FtolMe in upland, freshwater, and estudrins erm0nrnenth • FI}:riei$e dosigltmg 0elL7nrt nrnrga ten and restoration areas. cooks In1g endangered e10:n1e Sul eye, dellilrrabne 'easels, and nor mane pi Norte tin niter ul ttiiiI. a Auflioiizeil Gopins Tmmise Agent • PALII-teitilied seats diver Professional Credentials: • Machete r el Science, BKeeley, DenP.ten Untvertly • Authahitad Gaples Tettelse Agern jleamit No. GTA•11 • rylrlrb1} Professional Organizations: • W0iyry id Vicilerrd',;,•rantss45 RESUMES OF KEY PERSONNEL James Pankonin, PLA, ASLA, LEED AP Landscape Architect di.: te:•anr li, 0l ,,..,, .. Miami RiverFront. FL — _end-acape architect. kimley-Horn was responsible for site planning. landscape architecture, and street and amenity lighting. as well as signage and waylinding systems for this urban deeeloprneet located in Miami's Central Business District, As part of the Tenaissance taking place along the Miami River. this 11 •acre sae was brlgindlly pi apased to Include six hlgh- rise towers with 3.000 luxury ccndanllniurns and more titan 100,050 square feet of retell space, all connected by pedestrian plazas and covered arcades. As o12012. Tie complex contain only three main towers. The area will also include 10 water features and more than 1.000linear feet o1 'warfront improvements. which Were guided by the Greenway Regulatory Enhancement Program wrieen by Rinitey-darn erns adopted by she City et Miami. The Riverwalk at Kennedy Boulevard Plaza, Tampa, FL — Landscape architect, The Kannedy Boulevard Plaza is the longest over -water segment of the Tampa Rlveiwalk and serves as a gateway Into the downtown core of Tampa. Two new parks. Mac0ill Park and Curtis limn Waterfront Pade were linked by ltw plaza The structure also serves as a pathway to two at Tampa's downtown gems. the new Tampa Museum of Art and the new Glazer CYhildreri s Museum. Rim100-Ham provided wean design and landscape architecture senfces for this exciting project. North gayVRfage Hdywatk Plaza Area Design, North Bay Village, Fl —Landscape architect As prime consultant. Kimley-Morn and Associates Inc. provided North Bay Village with Landscape arclutecWre and core engineering services for the site improvements to separate plaza areas and connector boartkralk under ore east bodge albogJFK Causeway. Services dude the design of landscape architectural components including hardscape. landscape, site furniture, site lighting and Irrigation from concept through constnlction. Pan of the design elements of the project includes an iconic "sail structure" to serve as a focal point. The contract is funded through The Florida Inland Navigation District "FIND). Nathan Henderson Park, Sarasota, FL —Project manager. Kimley-ikon fs currently providing landscape architectural. parksplanning services, and litigation deign services for the $40 milean Nathan Bendersoir Park it Sarasota Specitrc duties included master systems design and pump stations, mainline loop and rocket park irrgation design. Key program elements include an FISA- rertifled 2.000 reeler rowing course, an event Island designed to accommodate world class triathlons, rowing, dragon boat, and other events, a 5,000-meter; 15-foal-wide shared path and 5-foot shell ja0$Ine paths, an ornamontai grass garden, a playground and outdoor fitness area; and fishing docks and howl ramp. Waterfront Master Plan for Sims Park and Orange Lake, New Pori Richey, FL —Lead landscape architect boa project manager rot this The 8.7 acre park is situated along The Plthlachascotee ItCotee"} fiver and Main Street in downtown New Port Richey. As part of the Master Plan, Fernley -Horn recognized opportunities tor the closure of segments of Gantt and Circle Boulevards. These segments were closed and converted into park space to create an unobstructed cannecnon with Orange Lake. a 6.7-acre retention area W create a unified 1 b.4-acre urban open space. This newly enlarged urban green space wit serve as a local point and economic catalyst for the greater community. Through a series of programmatic design features, gardens. activity zones and event spaces, the Master Plan connects the Fever. Pad; and Lake as a seamless remained ate -actor 'ha runs parallel to the businesses, dining, retail establishments and community 5eraees along Main Street. The park is set to open in the spring of 2016. Roberto Clemente Park. Miami, FL — Landscape alchilect. Kimley-iiom provided the renovation of this three-wre park. including a playground, parting kit. recreation building. and sulroundmg landscape, as well as a new 8,000-square-Intl building. Features on the ate include bacabally sutball fields, baskeltall courts, playgrounds. and 0annectlan le a waterpar1. I0PL3301e.17U Vealau KapilU Special Qualifications: • y0arai aicliitert-Jral egewlenee, heisting sea pinnlvii9, sireo•Vr.ane design, parks see r eeleata-i deryyn her esceee dciig11 and costae AetaWng. ce nserJcttitn decumed eeepar1frnll aammine:M r plisse seraicnl abj t team ce!lydleatlen, and eraperatnn of piecentation °repines • Expenerlredwith art5ricutt sal ear10.85 such as tree in',enl.;: e and assessment • Provides landcc,apc a cteteclural services lot saeeterepe projects in urban aria see -urban commercial eenirel3 • Assistsmd,r5uping inabnalrant guide:ivies to be used by public otatr arid private citizens Professional Credentials: • deaPi rr of Leld;,.dp Architsoi:re. Leedsrepr Archilectuie Uievel slty of Georgic a Reg stored Laildecape Arc heect in Ronda (2007 LA B666900) a LED 9cs.+.euned Prureosinnal Professional Organizations: • Aninnean Sudety of Landscape Alrhiircts 195111 • U.S, Green Budding ing Coureil 78 79 RESUMES OF I(EY PERSONNEL RESUMES OF KEY PERSONNEL Adrian Dabkowski, P.E., PTOE Traffic Operations/Transportation Planning Traosporfafimr Program Support Services, City of Miami. FL —Project manager for general traffic engineering and transportation planning services as part of an an -call contract with 100 City. Kimley-Horn serves as an extension al the City of Miami staff preparing traffic operations analyses, transportation planning, ;ratter. calming and complete streets improvements: transit planning and operations: geographic Information system (G1S)ldatahase management design of sheet, and parking analysis and design. Downtown Miami Transportation Network Analysis, FL —Served as project manager to prepare a comprehensive study p1 the access, circulation. level of serwce, design. and -function of the primary roadways within downtown Miami le develop recommendations that are consistent with the City's mobility goals and objectivee. As part of the project, Intersection turning movement trattic data was gathered from previously prepared studies. Additionally, new intersection turning movement data was collected at 50 study Intersections specifically tor this project. The turning movement counts captured pedestrians, bieyellsts, and heavy vehicles (trucks) for heih the A.M. and P.M. peak periods. Data was collected In May and June 2013. Fort Lauderdale General On -Call Traffic Engineering Services, Fort Lauderdale, F1— Project engineer for general traffk engineenng and transportation planning set woes as part of an on - call contract with the City. Knnloy-Horn serves as an extension of the City et Fort Lauder dale staff reviewing traffic Impact studies and parking analyses. Projects Ic date have included peer review of traffic impact and parking studies, site plan review/. and representation at public hearings Adderonal projects have Included development al a corridor study to support lane reductions along SRAlA and development of a Greenways Plan to complement multimodal transportation options within the corridor. DesignOislekt Special Area Plan Traffic Study. Miami,. FL — Project engineer. Kimley-Horn prepared a Special Area Plan (SAP) liaffu study and supporting documentation consistent with City of Miami 21 Zoning Code. This project Is generally bounded by NE 42nd Street to the north, NE 38te Street to the south NE 1st Avenue to the west, and the Florida East Coast Railroad to the east. the proposed development plan consists of 578.200 square feet of retail development and 30.000 equate feel of restaurant development. In addition, 11 is being proposed to demolish 125,200 square feet of existing retail development, Therefore. the net increase associated with this SAP Is 453,000 square feet of retell development and 39,000 square feet of restaurant development &dckell City Centre, Miami, FL —Task manager leading Kimley-Horn's traffic engineering services Inc this project, Kimley-Hum prepared a Special Area Plan (SAP) traffic study and supporting documentation consistent with Cily of Miami 21 Zoning Code. Brickell City Centre Is the first project to be approved under the SAP process in the City of Miami, The proposed develapmenl includes 830 residential units, a 290-room hotel, and 900,463 square feet of office et which 95,117 square teal will serve as medical office. The development will also include 535,300 square feet of retail of which 142,000 square feet will serve as entertainment uses such as a nightclub, cinema, and a bowling alley, As part of tee traffic engineering sst¢ice$. six adjacent traffic signals will be redesigned per the latest Miami -Cade County design standards. Wiley -Horn Is also providing civil engmeenng, roadway design, and transit engineering servicesfor the site. Miami Worldcenter, Miami, FL —Saved as project engineer. fern ley -Horn partnered with a private developer, the City of Miami, the Miami Community Redevelopment Agency (GRA), and other stakeholders in preparing typical sections fur streetscapes lot the City's largest piapused downtown project. Kinsey -Ham also partnered will numerous utility companies to determine existing underground conditions. Once this lnlermalion was obtained. we worked with multiple stakeholders to develop and evaluate venous slreetscape options for roads and avenues within the multi -block pralec{ bmils. tPRadtlb.l lLYupw Nronli Special Qualifications: • Has lbrinse' Raffia IlallSpt]lfatlall angineealg e1pelierse related to bangin nation planning hatria n}lerdttem,, tendon Nudes, 11I loath 5VbrIlia studies, long -rangy tiasrpmtaten in rorauement plans, aeaeae Inanageniem, and alternative Inluiser:tan deo:Ice ten! • firific,enl In AutoCAti. Highway Capacity Sottwale triC31. Sylichur. V133)M, AreGIS, AEIT- PIaN. HI(6H-PLAN, t'ai-F-PEAN, am3 811641E4N. Professional Credentials: • Master nt Huanel0.s Atknetishuhvrr, Marketing. Rochester Insbtuto of 11chNlugy, 2004 • Master of tavrl Engineering, Tlanspoadieirr Enyin00lnIp Honda International IJnlvarstly 2014 • ea:Will at science, Civil a gin:rating Technyllrgy, Rochester Institute at 1 m:hnalagy, '20r12 • Professional Engineer in Hondo e 78828. March 3, 2015 • Professional Engineer rn Loursltna. N33233. Seplsnlhar 21111E) a Registered Pltfeastanal Traffic °potations Enginadr, 2309, May 5.2008 Profeaslonal Qrgenizatlons: a Institute of T'ranapcna Endineeis 01 EI Proof of Licensure/Certifications State of Florida Board of Professional Engineers Ai.... Ibal Kitaaley-11om & Associates, Inc, I lift t..u.borlR.d .ndn.1.. nr..,.�.er a.re.a ntalaPant. elatat , WG..pl.nan.....,... n rA. px.n. a.raoiti 471, pladd. F..,...., e.pindo.: itaua.lf G.L.. Na. Jude No. taola0ne R .„ .late oP FLU RNA eFPARTACINT Dr PAINEna ATM 00000 or LA116^ a An✓°urenen44 aaLATKW Tl,.lu u'.- nr:,ulrcl aue.esc e.eell I, deuv. IwN ]Rftlabb CErGtp40' FS e.prnce on. nmraa,rIP P 411r Land soda .. dad. diSFSMMIIIINe401*INw RwrA.a wee.. ea ..* s Wear ad* Lrb_. n... 1++...., amn311. .W .+wa.,...,,n.luer s 1,06114 A.paw Pus Nee.., 1,a Prof lima lanai Parx.yoc and Mapper au. knees LSc.n.a .INat0:Il,0 tab A,een.l&lta PAL M! N}yl.L0 Mal 1.(*4.!i.'ti1191N1 Pox II4011.09V000a.l AU., It nnooM rxpd...pyanaa max -Pm Rx .rP r0✓n.w .ar0n01T STAla00 !LOMA BOARD or PROFESPONAL 13901,301STS P. e✓n, ern a.ulrrxxa uw,50Ir,w IS e rri.l dug AliiIa9 •P-«s ae ferEN,e AAn W 1AVET1[v+L!t .glsAlural .11am _a. P:av,. aenaA. AS nania.EP at W▪ O Kimleya»Horn 80 81 RESUMES OF KEY PERSONNEL EDUCATION Master of Architecture and Urban Studies, University of South Florida. Bachelor of Science, Architectural Technology, Florida International University REGISTRATIONS Registered Architect, Florida, ARe 91805 MILITARY SERVICE United States Marine Corps 1988-1994 CURRENT TENURE 3 years INDUSTRY TENURE 20 years WORK EXPERIENCE Urban Robot 2014-2017 Ana Alleguez Architects 2013-2014 Architect Consultant for US Coast Guard 2012-2013 CSAgroup 2006-2012 Brown&Brown Architects 2003-2006 Zyscovich Architects 2000-2003 Fullerton Diaz Architects 1997-2000 ALFREDO RUIZ, RA As a project manager/architect for Urban Robot, Alfredo shares the firm's vision for a fresh design methodology but also enjoys the delivery process of nurturing a project from its inception to finality - a critical component for client satisfaction and ultimately for the betterment of project/site. Conducting business in a professional manner at all times is paramount. Effective communication, carefully executed construction documents, prompt feedback on time sensitive issues are critical. As a LEED-AR Alfredo is acutely aware of the positive impacts of site design carried out with a sustainable approach. RELEVANT EXPERIENCE 600 Alton Road Mixed -Use, Miami Beach, FL Head of the production team in the design development and construction documents for a mixed -use multifamily residential project carried out entirely using BIM software. Duties included the extensive coordination with standard structural, mechanical, electrical and plumbing engineers. Extensive coordination with civil engineers, Florida Department ofTransportation, City of Miami Beach and contractors responsible for roadwork and utility improvements over major arterials abutting the 4.5 acre site. Roadwork improvements included widening and rerouting of lanes to improve traffic flow, including adding landscaping, street parking, bike lanes, and lighting. Utility improvements included adding various pump stations to the existing storm water system. Project Date: 2015 - Present 1 Client Reference: Victor Nieves, vnieves@crescentheights.com Flayside Motor Inn. Miami, FL Head of the production team in the design development and construction documents for a mixed -use retail and office project executed entirely using BIM software. Extensive coordination with engineers. Coordination of City of Miami's Historic & Environmental Preservation Board application (HEPB). Project date: 2016 - Present I Client Reference: Seth Heller, sheller@hellerandcompanycom Miramar Readiness Center. Miramar FL The project program was tailored to meet the Florida Army National Guard's unique requirements for combat readiness and local emergencies. Security was a critical issue, including adapting an Anti -terrorism Force Protection protocol that impacted site and building planning. The design aesthetic had to be in keeping with the Mediterranean Revival style required by the City of Miramar. The project achieved LEED certified silver rating. Project Date: 2011-2012 I Client Reference: Lt. Col, Kevin M, Holiday, Department of Military Affairs, kevin.m.holiday.mil(_ mail.mil EDUCATION Master of Architecture and Urban Design, Harvard University Graduate School of Design. Bachelor of Architecture, University of Miami. CURRENT TENURE Founder 8 years INDUSTRY TENURE 12 years WORK EXPERIENCE Urban Robot 2009-2017 Oppenheim Architecture + Design 2008-2009 CSAgroup 2006-2008 RE Chisholm Architects 2005-2006 RESUMES OF KEY PERSONNEL GERALD'JJ"WOOD, LEED AP BD + C JJ is interested in urban solutions that create places, and places that tell stories. While attending Harvard, JJ specialized in researching urban economics and industrial districts, contributing original conjecture in the field of redevelopment through urbanized agriculture. Before founding Urban Robot, he worked in various Miami firms managing an array of projects, from small and large mixed -use land developments to multifamily housing to educational institutions. Interested in computer technologies, he has helped implement BIM production methods firm -wide. At Urban Robot, JJ has continued to develop a design palette based on elegant minimalist intervention, while simultaneously spearheading the technical advancement of highly complex, multi -million dollar projects involving extensive public infrastructure. RELEVANT EXPERIENCE 600 Alton Road Mixed -Use, Miami Beach, FL Led the extensive coordination with engineering subconsultants. Key palyer in maximizing the structural grid, along with structural engineers. Key point of contact with civil engineers, Florida Department of Transportation, City of Miami Beach and contractors responsible for roadwork and utility improvements over major arterials abutting the 4.5 acre site. Roadwork improvements included widening and rerouting of lanes to improve traffic flow, including adding landscaping, street parking, bike lanes, and lighting. Utility improvements included adding various pump stations to the existing storm water system. Project Date: 2015 - Present I Client Reference: Victor Nieves, vnieves@crescentheights.com Bayside Motor Inn, Miami, FL Key player in the implementation and execution of the project. Continues to lead construction coordination efforts. Works closely with MOT, WASA, City of Miami Planning and Zoning and other agencies. Coordination with City of Miami's Historic & Environmental Preservation Board application IHEPB). Project date: 2016 - Present Client Reference: Seth Heller, sheller@hellerandcompany,com Kaskades. Miami Beath FL JJ led the design and construction coordination on Kaskades, working closely with Sebastian and Alfredo. The project is exemplary of the firms understanding of the evolving nature of design. Originally a historic garden -style typology, the final project preserved those key elements while still maintaining the highest levels of luxury. An additional third floor and roof deck were added atop the structure. Project Date: 2012-2014 I Victor Nieves, vnieves@crescentheights com 82 83 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL n EDUCATION Master of Architecture and Urban Design, Harvard University Graduate School of Design. Bachelor of Architecture, University of Miami. CURRENTTENURE Founder 8 years INDUSTRY TENURE 12 years WORK EXPERIENCE Urban Robot 2009-2017 Oppenheim Architecture + Design, Design Director 2005-2009 University of Miami, Adjunct Professor 2010-2012 SEBASTIAN VELEZ, LEED AP BD + C 5ebastian's artistic endeavors — ranging from product design to art installations and sculpture — have won numerous awards and been displayed at several events such as the GreenArt exhibit of the Art Basel Miami Beach fair. During his time at Harvard he served as editor, graphic designer and contributor for several Harvard publications including New Orleans: Strategies for a City on Soft Land and The Function of Ornament. His building desigsn have been featured in several publications including 5tudioworks, A+T Elle, Inside Out, Luxe and Femina Deco, among others. He acted as an Adjunct Professor at the University of Miami for several years where he tought architecture & urban design with a focus on conserving and drawing inspiration from urban context, while demonstrating architecture's capacity to adapt to nature. RELEVANT EXPERIENCE 600 Alton Road Mixed -Use, Miami Beach, FL Led the design team in in all phases - from entitlements and board hearings to final construction documents. Led all design disciplines, Including interior design. Closely coordinated with landscape architects to ensure pedestrian integration at the street level, as the site sits three and one half foot above grade. Key player in leading massing decisions and zoning envelopoe, program and site planning, unit layout, amentiy roof decks, lower pedestrian experience. Project Date: 2015- Present I Client Reference Victor Nieces, vniewsokrescentheightccorn Bayside Motor Inn, Miami, FL J- Design Lead Led the design team in all phases - from entitlements and board hearings to final construction documents. Key player in guiding with overall conceptual development of contemporary and historic elements - including new construction and facade and courtyard / motel. Project date, 2076- Present !Client Reference: Seth Heller, shellereBliellerandcompany.com 2.901 Indian Creek Miami Beach, FL I Desion Lead Initiated and shepherded coordination efforts between Urban Robot and the City of Miami Beach to adapt the contributing structures on the project to the new ground plane established by the City on 29th street & Indian Creek Drive. Worked closely with Staff at the City Planning Department to develop design strategies to preserve contributing structures and integrate them into new construction. Project dale 2015-Present I Client Reference: Achraf'Ash'Ekhurafa, achrafevnlIdev.com STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION AR91805 ISSUED: 02/19/2017 ARCHITECT RUIZ, ALFREDO A IS LICENSED end.e the prOvesions or Ch 4B1 F$ Eeprm= tlns FEB:a 2019 6'To219rIW n9e 84 $5 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL Education B.S., Civil Engineering, University. South Florida, 1991 Registrations Professional Engineer, FL No, 50646 Professional Traffic Operations Engineer No. 1765 Institute of Transportation Engineers Florida Engineering Society American Society of Highway Engineers Years of Experience 25 86 Oliver Rodrigues, P.E., PTOE Senior Vice President / Project Manager Oliver Rodrigues has 25 years of experience in the area of transportation planning and traffic engineering. He has provided services for a variety of projects for clients throughout Florida. He provides traffic engineering services and performs qualitative assessment and recommends mitigation measures. Oliver has conducted various pedestrian and bicycle studies, transit studies, and corridor feasibility studies. He also prepares design plans for signing and pavement markings, decorative street righting, and signalization. Reinvent Project Experience SR 901 US 41 1 Tamiami Trail / SW 8., Street from Krome Avenue to SW 122^. Avenue, FOOT District 6, Miami -Dade County, FL (2015-0n-Going): Project Manager/Engineer of Record - FTE is evaluating existing conditions and evaluating improvement needs based on future travel demand along the corridor. Develop concepts for the corridor in addition to bicycle and pedestrian needs. Coordinate with adjacent studies and present updates to the Project Advisory Team. Reference: Neil Lyn: FDOT District 6. 305.470.5373. SW 144th Avenue Bikeway from SW 42ntl Street to SW 94 Street, Miami -Dade PWWM, Miami -Dade County, FL (2015-2016): Project Manager/Engineer of Record - FTE prepared design plans for a paved multiuse path along SW 144. Avenue, Seances include a crossing at SW 26. Street, sgning & marking to the nearby Tree Island Park, and landscape architecture. Reference: Yanek Fernandez' P.E. PTOE. PTP. Miami -Dade PYIWM. 305.375- 1847. SR 5l US 1 from Beach Rd to County Line Rd, FDOT District 4, Palm Beach County, FL (2012-0n-going): Project Manager/Engineer of Record - FTE is a subconsuttant providing design services for the signing and pavement marking and decorative pedestrian lighting plan sets. The project includes milling and resurfacing tar the existing 6-iane urban, divided arterial along SR-5/US 1 horn Beach Rd to County Line Rd in Palm Beach County, to extend the service life of the existing roadway. The new typical section will be a lane reduction to a 4-lane urban divided arterial with buffered bike lanes. Reference: Rader.' Lopes, PE, FDOT District' 4. 954-777.4425. US 41 Multi -Use Recreational Trail (MURT) Decorative Lighting Design (LAP Funding), City of Punta Gorda, FL (2011.2112): Engineer of Record - FTE worked with FDOT District 1 and City of Punta Gorda to complete the decorative lighting design for the MURT along US 41. Reference: Mark Gering, PE; CC), of Punta Gorda. 941-575-5050 US 41 Multi -Use Path from Sumter Boulevard to Ortiz Boulevard, FOOT District 1, Sarasota County, FL (2015-2016): QC Reviewer - FTE is designing a 2- mile multiuse path along both sides of US 41. The project requires removal of the existing concrete sidewalk and profiling of the new 12-foot wide mut4-use asphalt path. Reference.- FDOT PM: Chris Zeigler, (863) 519-2253, City of Tampa Architectural/Engineering Services Contract 14.0.00400 (2015-2016): QC Reviewer - FTE was retained to provide professonal seances to improve certain physical facilities within the operational jurisdiction of the various City Departments. Assignments have included the Citywide Sidewalk Program which involved a design of sidewalk at two locations: and professional engineering services in connection with West River Trail Pedestrian Crossing at Cass Street Reference: Bryan Rodger/Kevin Henikal Karla Price, City of Tampa PMs, 813- 274 8427, Education B.S., Civil Engineering, Florida International University, 2001 M.S., Civil Engineering, Florida International University, 2004 Registrations Professional Engineer, FL No. 72303 institute of Transportation Engineers Years of Experience 12 Claudia Lamus, P.E. Senior Transportation Engineer Claudia Lanus has 12 years of experience in Vatic operations, safety studies, transportation planning, and traffic impact studies. Mrs. Lamas has prepared and reviewed technicat repels far FDOT Districts Four and Six as well as various cities and counties. Relevant Project Experience Price Blvd from Sumter Blvd to Toledo Blade (2015-Ongoing): As part of the design project to widen Price Blvd from two to four lanes, Claudia is preparing the traffic study to determine the proper lane geometry at the intersections and the required access management. Reference.' Ryan R. Forrester,, P.E..Charlotte Engineering, 813-435.2648. FOOT District 6, Flagler Street and NW 74"^ Avenue Crash Analysis, Traffic Operations Si Safety Studies (2012): Senior Transportation Engineer -Claudia performed a pedestrian fatal crash analysis and provided recommendations for the intersection of Flagler Street and NW 74 Avenue. Reference: Yx)ing Xie, Former FDOT District 6 Project Manager, 954.777-4350: Winston Harris,. PE, PTOE; RS&H, 954-236.7369. City of Miami Beach Transportation Planning and Traffic Engineering, Miami Beach, FL (2015-Ongoing): FTE is providing general transportation planning and traffic engineering consulting services. on an as needed basis. Claudia has provided services for a traffic circulation and conceptual alternatives study on W. 42. Street and for Sunset Island IV one- way traffic circutahon feasibility study. Reference: Jowl Ferrer -Diaz. City of Miarra Beach. 305- 673-7514. FDOT District 4, I-75/Griffin Road Interchange, Broward County, FL (2007-2010): RJB Project Engineer - Claudia prepared an Interchange Operational Analysis Report (IOAR) for the interchange at Griffin Road and 1.75 in Broward County. The study included sgnallzed intersection analysis, weaving analysis, queuing analysis, ramp analysis, interchange capacity analysis and crash analysis. Reference. Julio Delgado. FD01 Distract 4 Project Manager, 954- /77-4390. SR 874/Don Shale Expressway Ramp Connector (PD&E) Study, Miami -Dade County, FL (2010.2012): RJB Project Engineer - Claudia was in charge of preparing an Interchange Justification Report (IJR) as part of the PO&E process. The study assesses the existing and future traffic operations of the interchange using Synchre and Corsim software. The study included signalized intersection analysis, weaving analysis, queuing analysis, ramp analysis, interchange capacity analysis and crash analysis. Reference: Sonia Shreffler, PE, PTOE,- Metric Engineering, 305.235-5098 Ext, 117. Miami Dade Transit, Bus Rapid Transit (BR1) Implementation Plan along Transit Corridors, Miami -Dade County, FL (2014): Senior Transportation Engineer - As a sub - consultant far Miami Dade County MPO, Claudia assisted in developing level of service volumes for lane reduction for the evaluation of a plan to implement Bus Rapid Transit (BRT) along the following transit corridors: North Corridor (NW 271 Avenue), East-West Corridor (SR 836 and Flagier Street), Kendall Corridor and Douglas Road Corridor. She also collected exist ng right-of-way for the corridors- Reference: tarry liar, HNTB, 305.704-12 r8, City of Miami Beach, Traffic Impact Studies, Miami Beach, FL (2011-Ongoing): Senior Transportation Engineer - FTE is providing general transportation planning and traffic engineering consulting services. an an as needed basis. for the City of Miami Beach. Claudia has reviewed various traffic impact studies and attended Planning and Zoning Board meetings 87 RESUMES OF KEY PERSONNEL 2017 details - Business Tax Account ROD)RIGUi S OLIVER R... Page 1 of 2 miamislade.Govlsc S Ian Ian ale WYanle on , RMS. Ow or/worm promo moo does mr M. a alio wn ane pmpaeH wm•swp Deingg.,t Tare: mn l In pea by cal.,': 4wcL. „wnv odorto wr44pd I,n,ls. 2017 Details Business Tax Account RODRIGUES OLIVER R PE au.mpss n. Account e7I7562.1 AcLnunt nwnhn: easiness sun tame PRY,,ral bonne.. losalwn. DOFIAL ennmenn a4daepa. pcc cunt dean ACC��lh ably l 1 201% 2016 1 2015 Patti Pald PLk 7/71423 Oi4G4a714 RODRIGUESOUJER RPE 615Dww 76sT SLATE 670 DORAL. FL 3717a Ma1gng n4e,ens RODRIGUES 9LNER R PE O'O FLORIDA 1RANSPORTAOGN ENGINEERING ING rasa NW 30 ST SUITE 670 DDRAL, FL 73175 Ownorlal RGu71GUEa GLN6R RRE OIO610541 : TRAN6RORTA7140c ENGINEELS5G RtC 6750 NW 76ST SUITE 670 DORAL. FL 3317+ u Pont a.coanlappinam,(ROOI Receipts And Osepauens I 2014 oeepee sem Receipt T455450 Proloaspre, p,otes.wnalesloc,au•ns I0,00116-ael797017 PROFESSIONAL PROFESSIONAL ENGINEER NAILS coda FA C POW HOD hhl Dacurroomon Reauhed W Orsupa1G Sul. Loan. a Coml.,. 00.1T1 nl Roca,. pE5.1.5 Whoa w Search RESUMES OF KEY PERSONNEL YOUSSEF H. HACHEM, P.E., PH.D. Youssef Hachem Consulting Engineering, inc. President / Lead Structural Engineer Currently the President of Youssef Hachem Consulting Engineering Inc. as well as the firm's technical leader. Youssef has the tools, experience and understanding to deiiver major projects, He also has the ability to conceptualize solutions to difficult situations and employ practical, cost-effective engineering strategies. Some of the key strengths include Engineering Management, Inspections and Testing, Troubleshooting and Problem Resolution. With 27 years of experience gained on previous projects to help implement technical solutions, as well as navigate through softer, less defined issues that are critical to the success of projects. RELEVANT EXPERIENCE Performed structural inspections/renovations/remodeling and repalr designs on several Historical Buildings and HIrise • Coral Rock House, Miami Beach, Florida • Webster Hotel, Miami Beach, Florida • Traymore Hotel, Miami Beach, Florida • Betsy Ross Hotel, Miami Beach, Florida • Gale Hotel, Et. Lauderdale, Florida • 600 Alton, Miami Beach, Florida As an inspector has performed numerous inspections of the following • Residential inspections for construction certification and building permits • Commercial buildings and warehouses for modifications and sale • Residential and Commercial buildings for 40 years certification per Miami Dade County Ordinances • Condominium structural inspections for deterioration repairs (most notable the Atlantis on Brickell in Miami, and Opal Towers in Hillsboro Mite) • Building Inspections for Condo Conversions per State of Florida Statues As a consulting Engineer, have been involved in the designs from heavy civil project to residential and hi rise design. A sample of civil construction projects involving steel sheet pile designs include, but not limited to: Seminole Reservation Hard Rock Cafe Regent Condo, south beach 10 mile creek, SFWMD Marina village Miami Dade Virginia key PS Las Olas Beach Club, Fort Lauderdale Several other miscellaneous structural designs, and structures inspection for deterioration, preparing rehabilitation plans such as: • Amelia Earhart Park • Hialeah Casino • Collins Park, Miami Beach, Florida MCE www.yhangineetring.com EDUCATION Ph.D. in Civil Engineering University of Miami, Coral Gables, Florida; 1990 Master in Civil Engineering, University of Miami, Coral Gables, Florida; 1987 Bachelor of Science in Civil and Architectural Engineering, University of Miami, Coral Gables, Florida; 1984 REGISTRATION Registered Professional in. • Florida (9 43302 • Texas • Georgia AFFIlIA11ON / HONORS ACI FSEA NCEES University of Miami, College of Engineering Alumni Association OFFICE tOCATION Miami, Florida WORK EXPFRIFNCE Youssef Hachem Consulting Engineering, Inc. 2004-Present GM Selby and Associates, Inc. 1997-2003 PAWA Complex Intl Inc. 1992-1997 G Ia57-00I5. Gant 56ect Group. All ,phl,mwroui. Help- Contact u7- Terms or service. Tax Callaclor home 88 89 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL EDUARDO HERNANDEZ Youssef Hachem Consulting Engineering, Inc Senior Project Manager His experience has included numerous aspects of engineering. With 19 years of experience gained on previous projects which will help in the implementation of technical solutions. He can handle the structural design of projects, Including construction administration's support during execution. RELEVANT EXPERIENCE Condominium and Hospitality Experience: • Gale Hotel- 12 Story Condo/Hotel Fort Lauderdale, FL • AC Marriot- 10 Story Hotel Fort Lauderdale, Ft • 600 Alton- Residential Complex of Three 5 story Buildings and underground garage, Miami Beach, FL • Betsy Hotel, Miami Beach, FL • Raleigh Hotel, Miami Beach, FL • Treasures on the Bay • San Marin Apartments, Tampa, FL • Vintro Hotel Miami Beath • One Village Place, City of Coral Gables, FL- 12 stones luxury condo building • Tatum Pointe Condominium, Miami Beach, FL-5 stories condominium • Hilton & Homewood Suites Hotels, Miami, FL-8 & 6 Stories • Downtown Doral, City of Doral, Florida — 4 stories condominium • Terretto Village Condominium, South Miami, FL • Oak Lane Condominium, South Miami, FL • Cawacol Condominiums, Miami, FL- 12 stories condominium • Radius Condominiums, West Palm Beach, FL • Altos de Miami • Residence at Viscaya, Miami, FL. 8 stories Commercial: • Nike Lincoln Road- Retail Miami Beach, FL • Hialeah Casino, Hialeah, FL • 701 Lincoln Rd- Forever 21 Miami Beach, FL • Experienced as a project manager, to handle the structural design of development projects, including construction administration's support during execution. • Experienced on using of structural analysis software: ETABS V9.1,6, SAFE V8.0.7, • PCA Column, Slabs V4.0, Enercalc V5.8, IES QuickRFooting, ADAPT Poetension Design, Visual Analysis Software and PCA wall software. HIE www.yl,anglneorl v corn EralCATION Bachelor Degree of Science in Structural Engineering University Of Camaguey, Cuba 1980-1995 OFFICE LOCATION Miami, Florida WORK EXPERIENCE Youssef Hachem Consulting. Engineering, Inc. 2010-Present De Los Reyes Engineering, Inc. 2002-2009 ALEJANDRO MARTINEZ Yousset Hachem Consulting Engineering, Inc- Senior Structural Engineer His experience has included numerous aspects of engineering. With 25 years of experience gained on previous projects he has been involved in hill design and construction's administration process for several projects. His expertise in Structural Analysis Software help implement the technical solutions, as well as to navigate through softer, less defined Issues that are critical to the success of the program. RELEVANT EXPERIENCE • Project Manager , including full design and construction's administration process for the following projects: - 1212 Lincoln Road multiuse project including an open market, hotel & parking_ - Oceanic Restaurant at Pompano Beach —3 stories complex - High luxury customs homes at South Shore Dr & Rivo Alto. Miami Beach. - Quantum at Flagler Village, Ft Lauderdale, FI - 2-15 stories bldgs. & parking complex - Panorama 2, San Pedro Sula. Honduras - 34 stories tower (including seismic design) - Merrick Manor. Coral Gables, FI - 9 & 11 stories combined residential complex - In -Town. Miami, FI - 2-15 stories towers and townhomes development. - 321 Ocean Dr. Miami Beach, FI- 7 & 11 stories combined residential complex. - Miami -Dade County Parks & Recreation Department Trail Glades Shooting Range. Amelia Earhart Park Aquatic Complex. Amelia Earhart Park Soccer Complex. Miami Zoo Discovery Lab Building. - Miami -Dade Water & Sewer Department: Design & Built package for Preston Chlorine Gas 05G facility, South District prefabricated metal pilot plant building. Hospitality: Collins Park project at 2000 Park Ave. Miami Beach, FI - Retail : Structural design for Armani Exchange stores Generation V prototype at 15115 locations. - Mixed use: Little Havana Activities & Nutrition Senior Center Dr. Olga Maria Martinez at Kendall Dr & 151" Ave. Rockledge Country Club, Marietta, GA. • Structural analysis Software: ETABS V 15.2.0, SAFE V 14.0.1, PCA Col V 4.2, PCA Slabs V 4,0, ADDSS V 7,01, Enercalc V 12.1.1, IES Design Suite (VA 10.00.0008, Quick R Footing 2.0, Visual Foundation 4.0, Quick R Wall 3.0, Quick Masonry 3,0, Visual Plate 1.0, VA Connect 1.00.0006, VA Shear Tab, Shape Builder 6.00.0012j, NCMA Masonry V 6.1.3, Limcon V 3.60,121016, PDA V 2.1.4561,25602, MecaWind Pro V 2.21.3 SCE w ww, yhenglnasring. c orn EDUTN Degree of Bachelor of Science in Civil Engineering. Higher Polytechnic Institute "lose A Echeverria" Havana, Cuba 1987-1992 OFFICE LOCATION Miami, Florida WORK EXPERIENCE Youssef Hachem Consulting Engineering, Inc. 2016-Present De Los Reyes Engineering, Inc. 2013-2016 Youssef Hachem Consulting Engineering, Inc. 200B-2013 De tos Reyes Engineering, Inc- 2001.2008 90 91 RESUMES OF KEY PERSONNEL Roca of floe& beard et Prefamlwwl Epreea,e 2637 Nord, Monroe &tea. $air 4111 Talleliunee, Ft 344031941 Yousecf Tlaidar Hnchem 99 NW 27 AVE MIAM1, Pi, 33125 State of Florida Bunrd of Professional Engineers Ammo der YoureerHelder 1l xcltvm, P.E. ipYw,..x ... r,.r<,.a..a a.awa•+h, n r"nc Pir,lx. vivo.. .+r,- Ia.ra.. SPuerra, INSPECTOR , w ,.eve NOTICE I'RIt. no longer requites that continuing education be reported by the provider. Instead licensees will he subject to a maxim audit no more than every four (4) years. If you arc selected for the random audit, you mast provide verification of one (1) hour of Florida laws and odes, one (1) hour of professional ethics, four (4) hours of area of practiceand twelve (12) htltlrs in any topic pertaining Io the pracice of engineering, all taken prior to I,ebrunry 28, 2017. (Sue. a. 471.017, VI. Stet) Any r;:j hours taken after February 28,2017 will result in • $100 delinquent fix and your license being placed in a delinquent status until the additional ice is paid. State of Florida Board of Professional Engineers Attrale that Youssef I sicker Haeh:ern , P.E. BPF. .,ntll7:11 e Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Eaplredon:2/211/2019 P.E. / SI lie. No: Aodit No: 2252019o7671 SI SPECIAL INSPECTOR 43302 6985061 114" n1611011 11 mono! Tim Blankenship, P.E. (Mice tdanhgt:r VII 111116- EDUCATION F11.nvmo-11 h. ,u4r„ t.. I bars M.E. Ca-.,s.:,l Ci,,;irwsorin1. 0ta MEN TENURE INDUSTRY TENURE OFFICE 1O(ATI ON WORK EXPERIENCE .,.. Irv. • ,zc , AFFILIATIONS RESUMES OF KEY PERSONNEL EXPERIENCE MI. t1IF,ItRn5111p iluS Hoses' Mal 20 yt,A,5 41 043enenc(. vtiilr wetai1trurit%niail0a. trait 13rri.utrrJture ihd 0eau14l 0ngmeererg uansuiting proier.t•, throughout the U.S., [.. rlhbeon and (anthill America. Caperlence inciiidet the Manning, design rind mmnitenng of shnr0 protection reelects 56.1e11 as teach nourlshnlafit, coastal structures. hang shereknes, and bulkheads. He has conducted numerical modeling sludlea at coastal proce•e:Ma .long sm,rohi.e3 ;is well a. Jos t13e der,rgo of marinas and 'minors. These stutlies have mrludad 510nn strrgo, FEN:IA-specific modeling, and evatunu0rr of :+eu level nee for Ie5i11el1(4 planning. He Ile.. also planned add conducted held Invu1rugaUan0 eonstrng 01 k0dr0goophIC strrv1Y0• 0Coaringiaphkc data collodion, end iirideiw;arer trlklrestierS 1ti mighoutthe U,S, and Irue+nauorlally. REPRESENTATIVE PROJECT EXPERIENCE RMK Mania Stevens North Yard Project, Miami, Florida. Protect Manager for Manx Wier snivel il rr:rlevelaumeal. Er,',iruurw;nral peinirai rg for Peat nasal e.ca.'aPOn and rill for new sknplin installation. Sovereignty Submerged Lands Lease and mitigation nn,en tiaeon t2r unavuidlLla Ilnnact, u, Ina UI.,.nyne Bay Aquatic Preserve rBEAP1. Phase 1 haste and primiltting I;elm-doled In 20tli. Project Oates: 2011i to present I Client rat.lrenCe: Ldugtos Pearlman, Owner's Repre52ntatioe. RMI. Mdrnll Steens Pommies, `, MIA. 02,8-rr� ld_I, I �, �. rnrn Monad Terrace Bulkhead Replacement. Miami Beach, Florida. Project engineer fat r1.1 .,. ;r„ IanuN residential redovelcpnrenl within Ma r:LinP. i mean mental p„ Ilrilnirg with design supped to 0.010 rmpac0 10 adlae0m ^:uagal.... mined, Oates: 20151c present I Client rate! enee: Lee Hamburger. 10rineily nL +0' 1kevcanpnulnl, 715 ;1Fr2054 Led0LeeHanlilllrlter,Cem Kay Biscayne Beach Nourishment, Florida. Protect manager for rlie design. pernetung met construction admiresiralia11 fur 20,000 cute,: yard tome nate reach noun:diluent along 6.000 Feet el shoreline. Noma Delos- 2036 to present I Client Ieiel once: John Talbert Village of lie/ Biscayne.. 305-365.5514.Ig11IIort edinisliiwhavne II.uS REPRESENTATIVE PROJECT EXPERIENCE WITH FORMER FIRM Museum Park Redevelopment, Miami, Florida_ Plulme! manager Poi 11d:llgn and p.mmHg n1 mihal 3LONl park irnruovement including eterns'.."alei naanagereent. .I,wape. underground utilities and env,,onmehlal sae lclneoiatien. Managed :, dvteeure. electrical englneeinlg and environmental consultants. Protect f3.ries":+i1(1 to 2014 1 Client rei ft:11ce', Oadns Vasyllet. City of MMliseet,.105.4104.706. fu7:181011i1Z1)mi#n114 W 01101 Rlokenbacker Causeway Recreational Area, Mlaml•Dade County, Florida. Senior anmarlrnantal manager overseeing Ilarrnlnrirg of (Eddie recreational area Impr000lller11S rash 711otelhie SfIL I:ulkln along 2.5 miles of the Rickerrhacl.el Eatiaeivey all Biscayne Ear. trlr,hided Invasive species removal ands nature species restoration nkyuding dimes and mangrove planters. Prutea:l Gates: 2009 t0 2011 I Cbenl reference' Lane Maarey, Mlanll-t.iade County Public VOMIT, 305;d i ;i-2$63 1sna em6lniid,idC-aev Marine Stadium Marina Shoreline Stabilisation, Miami, Florida, lhaire7t Meilajt,tr for ll,e desrgo and environmental Isere llliing of 610 feet et hulk head replaoenl0rll with Or - supported platform for marine Iarblilt aperaliol1S at Ilry Steak. margin. Prefeel Gates: 2012 to 2014 I Clrenl reference' Stephen Bogner. City al Miami Marinas. i300) :'•7Ei- 6460 SBaeneraurntirnlgo..00.n 92 93 RESUMES OF KEY PERSONNEL State of Florida Board of Professional Engineers Attests that Timothy Icing Blankenship , P.E. , 1=BPF r ° Ia licensed as a Professional Engineer under Chapter 471, Florida Statutes lixplrsdont 2/28/2019 P.E, Lc. No: Audit No: 2211201919892 K 55910 high% n'ul.ult 8 I L' RESUMES OF KEY PERSONNEL Christy J. Brush 11Lwlrrnunlrll {;rglonoll Manager it v EDUCATION r 11 M&N TENURE INDUSTRY TENURE OFFICE LOCATION WORK EXPERIENCE AFFILIATIONS RECENT PRESENTATIONS EXPERIENCE M• F 0u oh provides a range 01 Client/Stakeholder ,uerdlnatierl. Wolect sllategy. Proj0U Inariageilenl and environmental COnnulling fumawns 81 her role as Environmental Regional Manager for MOfratl & lliohel. !lei 19 teats of experience ow:l ode s cnord,i,alino among pollees teams and agencies to acawire local. county, slate, & federal periods. This e'<perier:ce 1n0410as a variety Or prajeCts in the coastal. waterhent. tool marine an iraui ice t involving parks and Other rec eadenal fa ihhes. rf0ei 2 and marinas, staaill abon%orraeltenatice of ehorabnes, storrawater di outage cycle: n coaeta$ Itl trine haprtat re l:ratinn and other enrfronm 11 I rlo108men1 prole t. Site regutarly assists 10 1 n i . 1nlenl of poforoo.11 r -ru 11 tmpacu MI pi proF1us ar,fl ropro,c1L„I i 1111 Iri tit n1V 11i4L11, t.. 11 - or 11,aro Irilpa010 and potential mitigation. REPRESENTATIVE PROJECT EXPERIENCE RMK Merrill Stevens North Yard Project, Mlaml, Florida. Senior 9rt'Wronneental molrl,:•I a:u rIlam. itrver SIa}':ni,J .,.,,., u l iYa1. t.1;Iriinrnerl!0l permitting fur boat hafpa 0,:i.olion ono NI 1,n rev. s11n101 icis10418880. kreletgnty Sutenerged Lands Lease and mitigation negotiation for unavoidable impacts in the Br,i.arne Bay Aquatic. Porsche ;9000;. Please 1 permitting conipltted in 2ui0. Project Dates' 2015 le present I e'Iiont taI rerece: Douglas Peads0n. Owner's Repiesentatiee.. kMK Merrdl. Stevens Pooperuns- 3U5.343-52$8, pmld17shearl90nA':•hluhlt.00n1 Monad Terrace Bulkhead Replacement, Miami Beach, Florida. Senior enviroi,n,enial 1 ou.:l:, 10: l;dl:tleait IBPIar.n111an1 101 a 00y140tn lnulu-tar111iy residential Uevulopnlent ',valor] the BOAP. Flydnr unencet pdrnntl;;g wan design support try avoid 111190cts to arljaeent seagra5a. Pi0Jact tiaras: 2015 b, pre•:aay. I Clioril ret,r nce: Lee li:inlhurger, fo: nle,ly wan 11:)5 C1+v1Infarionf. '115-310-'1064. Ii a4teeHanlburper cool La Cdloma/River's Edge Slte Redevelopment. Senior enelltnnle11ta1 manager for prop -..it war•ul:urt clic teal 0klmie:llt varh ver.aaler elf:nitt,ts an the Miami R1Ve1. A0aty,ed Project compliance with w eler ,dependent us,t critteia and other applicable onoronine1Nal and proprietary regula0Ons. F iOpo-t Dates: 2016 to present 1 Chant roteroma: Guiller ova Martino:, La 1.ol9ma. t10. 305 79941.59. guilh,huth0khatitlarl.COnl REPRESENTATIVE PROJECT EXPERIENCE WITH FORMER FIRM Museum Park Large vassal Moodng Facility, Mlaml, Florida. Senior envisanmental manage, overseeing stir, p:rnntiingol mooring dolphin structures le accommodate ships up'lo 350 tc-et long as- part of a 22-uora shy pans 1-e80Ye1e1-1te81. project on Biscayne Bar. Addr0000i endangered species cansultat1ns. State Lands use autt,uifzthuns and rtdngenl 100AY permitting r 1101(1a• Pr2joel Dates: 2010 to 2114 1 Client roter:ance: Ca;103 La1(lued City of Mtaittl 305416.1706 ,r9v_ 7) uff2Cllniaimpov.r,O1U City of Miami Beach Baywalk, Miami Beach, Florida. Senior ellWir0I00lnlltal nllnager su oorvi3Oirlg fromplatlan of luaslhllriw study and mastaf plan concepts fur the proposed ov110401er se0men10 Of the Cily's publfc Baywaik project along the Shoreline Ot Biscayne Boa hci:+een 5=' Street end Lincoln Road. Prefect Oates. 200E 10 2015 1 Client. rt:la1ulue: Tani MOnlley, Levi of Miami Panda, 305-67;-700U. 0.tt. 6191. llioIlr0lmoOne:liiliamilieaCIIIL1Oy Rlcksnhadmr Causeway Recreational Area. Miami -Dade County, Fledda, Senior enaieriinental managero•:crseein3 perufinmg of puhhc l eco:ani al an::, improvements with senweiine slabiliialien along 2.5 08188 of the Riekenl,ocker Causelvae on Biscayne Bay. included invasive species removal wan native species reslotau0n mail:nog dares and matl1,10o11.1]lantel s, Prolecl Dates: 2009 to 2011 I Client ielelencaLana Nicole,, Miami -Dade County PoIShc Weik:, ;400-376-2663 tarteafaiiildade.e03 94 95 RESUMES OF KEY PERSONNEL RESUME LISA H. HAMMER P.O. Box 330203 Miami, FL 33233 (305) 858-4667 Lioa(a•LisaHanunerRCA. com May 2017 SUMMARY A native Miamian with over thirty-five years of professional. experience in tropical and subtropical horticulture. Particular expertise in arboriculture, landscape maintenance, integrated pest management, plant nutrition, tree management during construction, plant appraisal. and tree risk analysis. Provide on -site consultations, prepare technical reports and specifications, provide project oversight, forensics and expert testimony in legal cases. WORK HISTORY 19X' present Liao H. Hummer, Miracle floral Consultant Private consulting practice in landscaping and arboriculture. 1983-1987 licrruslan .4grm, (Urban Horricuhure, Florida (ooperati'e Exienslnn Service Developed educational and volunteer programs in urban horticulture in Dade County, 1982-1983 laboratory7echniciair, $Viands Teaching Hospiiaf, l fait^exsily of Florida Performed laboratory, duties related to medical research on effects of pectin on cholesterol levels, 19h'(-! 982 Hortic'uharis'r Keeler Aide, City and f'many a/'Honolulu Zoo Installed and maintained plants in aviary, 1979-1981 Research �i.+.+,crrnrt. lkparhnent nfFiarit Crops, ILnrernirr Floridauf Part-time student assistant to agricultural researcher. EDUCATION 1977-1981 Bachelorof.Sciener, Agriculuire, University of Florida Major in Fruit Crops. Certificate of Specialization in Tropical Agriculture. 1981-1987 llanacr of Solent, Biology, Florida lnfrrnarh;nal (lniver•.ITty Thesis research in pollination ecology. LICENSES AND CERTIFICATIONS State of Florida, Certified Pest Control Operator. Certification 0.7'89007_ Amerman Society of Consulting Arborists, Registered Consulting Arborist #333. International Society of Arboriculture. Certified Arborist #SO-0758 International Society of Arboriculture. Tree Risk Assessment Qualification. Certified Level 1 Thermograplter.. infrared Training Center 2014. 96 :`4flr'a L7 Rk3UtInganiRRAWIRMIMIVRINIAPAtROMIKAVATOTTPiSTRtNip tl 41140 J r1.I1NI11A i Oar111 ells of AQulullurr 448 Cowmen' sbtn,Krs Al lei 11. e11- 1.1i / n,tltl, A0II k:\F[INL'10114'\ I 111.• \,, I:pi, Jul! CO, 21,41. J1auIRi Jules 1 lull 1111 L7:N77F11111'}47'1:[ritNrl1,OPERATOR '.'tk111114; t; O114.t] NI_r On 11-.Niib t'vllf-frill I.14115'1.\'IL )ys lit l'IIAr`.I'i.M 1M' It+31 C111- mkt. L;.\I'Ila kli. IlJne 1.2117 131111,kllk, II,tI+II:N i11.S+11 l,q,.p er<1llrm,menlal RESUMES OF KEY PERSONNEL r1.M1'iIDr11 111 1. idyl Kll49tr ,LIIl Canwmrr lemonlemonm 4, w rl, k.AH4G 4PU, %,nao1.1,11b1 1..I\A ti.0141)1N RAMMER ('4X I IF11411'rti r (ON E.N[11. L117.NATL)R J4 lUn f0,>1011,, 1111 II. NI)-i I',IJIn',{ lu'1'r11.11}ISJ1( r11: rrul,ll 41'I10,1; hies I. Inn rr.s.....,. 104 d 1.14 ix,. XI 41,l1 Iu-.I irkxnl+rl a k1,1,:I1R: 1'.l,1 !i'•RV>�..\�.k as �I,. hi In, iM1.411AYY1I.I„luI'i,, ._ 97 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL C M S CONSTRUCTION MANAGEMENT SERVICES, INC. KEITH (ARMON PHILLIP) EMERY Principal -in -Charge Education: Bachelors Degree in Civil Engineering and Construction Managementwith a Higher National Cerii9cate (H.N.C.) Diploma in Quantity Surveying and Estimating from the University of Lancashire (London, England) Work Experience: With over 50 years of experience in the Construction Industry. Mr. Emery. founder and owner of CMS -Construction Management Services, Inc. (CMS), has been serving as President and Principal -in -Charge since CMS's inception in Broward County. He has been providing Construction Management/Owners Representative and related services to the public and private sectors —including governmental agencies such as airports school districts. municipalities. counties. states, federal agencies—wi h an impeccable track record. Mr. Emery has a domestic and international background in the Construction Industry as a Construction Manager/Cost Consultant He owned and operated a general contracting/management form, providing seances in Europe and the Caribbean, prior to establishing CMS in 1976, incorporating in 1980. Mr. Emery oversees all aspects of every project and has full supentisorylmwlagement responsibifiy of the entire CMS staff. Industry Tenure: 52 years Office Location: Deer eld Beach, FL Relevant Experience: Miami Museum Park - Miami, FL CMS provided Schematic Desgn, Desgn Development, and Construction Documents Cost Estimating for the development otan open park with sere amenities that would be located on the south side of a future new museum. and also for the construction of a new underground parking garage on the premises (225 parking spaces). Phases I & II involved development of the new park on the south side of a new museum. This development involves: the main park & south slip bay walk. slip improvements (moorings only)), the museum district site work, Biscayne Plaza Water Features, Promenade. Rain Garden. Sky Garden, Palm Garden, Children's Play Garden, Canopy Walk. Events Garden, Scallop Garden, Culture Garden, MehomoverBuild-e t, Maintenance Building and Fence, Pump Station and Fence. Small and Large Vessel Docks. Observation Platform, Signature Bridge, Restaurant, Park Pavilion, Kiosk, and Northwest Restroom / Concession 1 Storage Building', Total Probable Cost for Park Development = S.54,152,499,00; Total Probable Cost for Underground Parking Garage = $13,892,316.00 Project Dates: 2009 to 2010 Client Reference: Cooper, Robertson & Partners Michael Jasper AIA, RAIA, PhD (Partner) (212) 247-1717 mjasper@cooperrobertson.com Revitalization of Ocean Park (Phase 1)- Dania Beach, FL CMS provided Desgn Development and Construction Documents Cost Estimating for the revitalization of Ocean Park which included the restroam buildings renovation. new kayak building, new pedestrian drop-offlpickup area at park entrance, furnishings (benches, grills. trash receptacles. picnic tables, hammock. volleyball nets & wood supports, new durnpsler. sand dune restoration. lighting, and landscaping) Site Size for Phase i only = 76.000 SF; Total Probable Cost = $2.694.212.00 Project Dales: 2015 Client Reference: EDSA - John Torti, PLA, ASLA (Senior Associate) (954) 524-3330 j tort i co, edsap l a n. co m EDUCATION hoc, flJr= lrlty Law tided wan nano, 196n Anil,err college Bachelor of Am Amertran Studio 1921 WORK EXPERIENCE rwaw Arius., Inc Ir r„=Ir rash, Bes.,erin Akawle,, Brci vice Chelsm 1998 —Prewra G. Wailer cund:g Pant, 20a9—Phnom Wenner a Sheffield. Rapt En vie rrn orioto 192n —19Be Lincoln knthure or land Policy Research A,wciore S925— 1926 rem.adesemM•56*. 1pn Lwm:reee m wtre„mr,.a Dispute Roden. Research Aroma, 198s— 1925 crew yank cry Oda. of Mmwgmnenr and eudRot 10fi,e of Community Board Raior lord PnaEyer 19E1-1983 AWARDS Red viol. Foam Women of Infkmnce AWmd 2008 CANDACE DAMON VICE CHAIRMAN Candace Duman has devoted her 30-year career to crafting sustainable urban redevelopment strategies for cities across North Americo. Her specific areas of expertise include ensuring the !dug -term viability of urban open spaces, leading organizational planning for non -profits and institutions, supporting master planning el fans for large-scale revlrakzanom, and addressing the IInarc1ol chollelges of making commercial and multifamily residential buildings energy efficient. Candace's experience lending signature open space protects includes development strategy for Brooklyn Bridge Pork, New York; operations and maintenance planning for Shelby Farms In Memphis, Tennessee, and Hance Pork in Phoenix, Arizona; and a revenue generation strategy for a molar new waterfront pork in Seattle, Washington. Candace Ss a member of the Board of the City Parks Alliance and the Urban Greens Council, a loordeg partner of G. Woks, a member of she New York City YMCA Real Estate Advisory Committee, and a member of the Advisory Board and President Emeritus of the Atlantic Avenue Local Development Corporation. She received the "Women of Influence Award" from the Real Estate Forum in 2008. Seattle Waterfront Pork Opnahons and Maintenance Sholegy, WA Created a funding and management strategy for the operations, monogemen, and mo{menance of o new waterfront pork in Searle, Washington. For the City of Seattle, evaluated the economic benefits of expected public and private Investment, Including Increments in real estate value and visitor spending. The planned pork, designed by award - winning landscape orclruect James Corner Field Operations, will stretch two miles along the clly's downtown waterfront. Brooklyn Bridge Park Planning, NY For the Downtown Brooklyn local Development Corporation served as the prefect manager and chief consultant to the Brooklyn Bridge Park Development Corporation, a crate -funded not -for -profit organization, which planned the development of a financially sear-swloinirg, 85'aae waterfront pork on the fast River, lacing the Mondwnmr skyline. Sarasota aayhont Redevelopment Planning Assessed redevelopment options for o 75-acre waterfront °Aural dittrlcl in Downtown Sarasota. Established guiding principles to shape the community -based Alarming process for umber of vacant and underdeveloped parcels, aswell as for a number of prominent cultural and edecoreois facilities. Interviewed city officials and community leaders, and engaged the general public to determine community aspirations for the district Identified potential financial and operational Implications, and created on Implementation framework to govern the aayfront's redevelopment. Bayfronr 20:20, the civic organization advocating for the vision pion, is partnering with the philanthropic community re create a new non-profit entity to lead o worerf rose mower planning process in partnership with the constituent cultural organizations and the City. Redevelopment Planning for Philadelphia's Cennaf Waterfront. PA Advised on an implementation strategy ro redevelop a seven -mile uretch of the Delaware River Waterfront in Philadelphia, Pennsylvania and reconnect the dry's neighborhoods with she river for the Delaware Rivet Waterfront Corporation. Assessed potential deirand for all lond uses and developed o strategy to creole warerfronr destinations and signature open spaces. Assessed phasing, financing and implementation alternatives to Sewerage rare future private development of the site ro sapporl essential initial public amenities. The American Institute of Architects recognized the final Master Plan for the Centro! Delowore Waterfront with a 2012 Honor Award for Regional and dr6on Design. 98 99 RESUMES OF KEY PERSONNEL EDUCATION Coknnbin 41nlm,slry mererIn awiwss Admlxlsmarion 2001 aahnnrxh Collette sedates ire, Geruninr rt 1996 WORK EXPERIENCE 0e&A Atn.'s, Inc.. Pr,ei-ol 2016-Pnnorr Trot for Gw.erarr Idead Chief operates °deer 2006-2016 PIMA MM.. araaa 2001- 2006 Gatdmon Progenies 1990- 2000 Common Ground Communities 1996-1998 100 JONATHAN MEYERS PRINCIPAL Jon has o deep background in advising governmental and private sector clients on strategy, financing, and implementation of complex real estate projects. Jan hos a dedicated focus on economic impact analysis, and on developing sound and eflecrive strategies for deploying public -private partnerships fn real estate development. Jan has returned to HR&A after serving for ren years as the COO of she Trust for Governors Island, where he was responsible for capital projects, operations, and finance for a complex redevelopment project In New York Harbor. Prior to the Trust, Jon hod more than 6 years of experience with HR&A, focusing 0o economic development and economic impact for both pabtc sector and private sector clients. Federal General Services Administration and the Washington DC Office of Planning Developed a plan far she disposition of the Sourheast Federal Center, a 55-acre site In Washington D.C. Work included the development of an Illustrative site plan and the development of a financing and implementation strategy Including three different options for the financing of associated infrastructure improvements Mayor of Celemhas, Ohio Developed a revitalization atraregy for the Central Business District. Work included a detailed analysis of existing caditiom os well as the development of recommendations for future anions on housing, parking, and entertainment strategies Alliance for Downtown New York Developed a financing strategy for o proposed Park along the East River waterfront of lower Manhattan. Also an behalf of the Alliance, served at project manager far the firs! post. September 11 survey of Lower Manhattan Residents. Friends of the high Line Developed a study of the potential economic impact to New York City of the redevelopment of the High Lire viaduct into o linear park through west Chelsea. The study served as a key component of the development of she West Chelsea rezoning, and was an important underpinning of the decision process associated with the re -use of the High Line into a world. clots pork and open space. Brooklyn Bridge Pork Development Carporolion Managed a variety of strategic advisory and project management services to the Brooklyn Bridge Park Development Corporation t&BPDCI. HR&A provided local real estate market analysis for the BBPDC as it planned the development of the park and considered its impact on the surrounding real estate. HR&A decried an initial financial plan to ensue Mar the pork's operating costs ore sustained by ensile commercial development. Lower Manhattan Development Corporation Managed Hli&A's economic impart analysis of the proposed extension of the tore Island Railroad, Work Included detailed financial projections and policy analysis. The proien included generating estimates of construction period 'impacts, and well as long-term Impacts on real estate values and distribution of employment throughout New York and Long Island. EDUCATION Bachelor of Science in Legal Studies Nova Sootheastem University, 1994 Associates of Science in Land Surveying Miami Dade College, 1984 REGISTRATIONS Professional Affiliations Florida Surveying & Mapping Society State No. LS5291 MGV TENURE 34 years INDUSTRY TENURE 34 years OFFICE LOCATION Miami, FL WORK EXPERIENCE Manuel G. Vera & Associates, Inc. 1983-Present RESUMES OF KEY PERSONNEL Manuel G. Vera, Jr., PSM SUR Chief Surveyor Mr. Vera Jr., a registered. Land Surveyor has over 34 years of experience with the company and throughout the stale of Florida.. He has managed a variety of survey contracts and projects for the Florida Depadioent of Transportation, Miami - Dade County, Miami -Dade Expressway Authority, City of Miami, and numerous Engineering and Design firms. Mr. Vera has performed and managed ail types of surveying services including: Design Surveys, Right-of•Way Control Surveys, Right -of -Way Mapping, Platting, Construction Layout As -built Surveys. Drainage Surveys. etc. Mr. Vera is a Senior Surveyor and Mapper as wee as our Senior Project Manager. He has extensive experience in She management and coordination of survey projects involving a variety of surveying techniques such as Aenal Surveys, Conventional Ground Surveying, Utilities designation, etc. RELEVANT EAPERiENCE FOOT District 41. Districlwide Miscellaneous Location Survey Consultant, Miami & Marathon, FL Project Manager, On this diseictsvide task oriented contract, MGV is in charge for all survey activities including field survey activities and Ace support and mapping tasks for the duration of the contract. Project Dates: 2014 to on-Goiry I Client Reference: FOOT, District 6, Wiliam Arata, PSM 305-470-5249, William,arata@Idst.siarital.us FDOT District VI, Districtwlde Right of Way Monumenlation Consultant, Miami & Marathon, FL Project Manager, On this districtwide task oriented contract, MGV Is in charge for all survey activities including Feld survey activities and olfiee support and mapping tasks for tie duration of the contract. Project Dates: 2014 to On -Going 1 Client Reference: FDOT, District 6, Crisbna Kinman Albury, PSM 305-470-5489, Crisena kiernainetid,e sttile,0 us SR 821 (HEFT) Widening from SE 288° (Biscayne Drive) to SE 216m Street (Hainlin Mill Rd), Miami, FL Senor Surveyor and Mapper. MGV is responsible toe preparing a complete Design survey. which includes the establishment of horizontal (NAD 83/90) and vertical control (NAVD 68) networks, and the creation of Topographic surveys and Digital Terrain Model (DTMJ3D) in 36 laser scanning. as well as provide Subsurface Utility Designations, and Subsurface Utility Locates, Project Dates; 2015 to Present I Client Reference: BCC Engineering. Inc., Edward Colon. PE, 407-951-6444 eceloiui/bccenexerr PD&E Study for Widening Sawgrass from South of US 441 to West of Powerline Road, Broward, FL Senior Surveyor and Mapper. MGV is responsible for preparing a complete Design survey. which includes the establishment of horizontal (NAD 83190) and vertical control (NAVD 86) networks. the creation of Topographic surveys and Digital Terrain Model. as wall as provide subsurface utility engineering services (SUE). Project Dales: 2016 to Present I Client Reference: The Conadinc Group, Inc., Mike Cisar, PE, 305.594.0735, ncisar(Scorradinc,corrl 5R 821 (HEFT) Campbell Drive Interchange Improvement, Miami, FL Senior Surveyor and Mapper, MGV is responsible for preparing a complete Design survey, which includes the establishment of horizontal (NAD 83r90) and vertical control (NAVD 88) networks. the creation el Topographic surveys and Digital Terrain Model as well as provide subsurface utility engineering services (SUE). Project Dates: 2016 to 2017) Client Reference: EAC Consulting. Inc„ Enrique Crooks. PE. 305-798-6663. rcrooks,@eacconsultconi SFRTA WO#6 Permitting and Biding Phase Assistance for Opa-Locka Tri-Rail Station, Miami, FL Senior Surveyor and Mapper, MGV prepared a Design surveys which included: the establishment of horizontal and vertical control networks, Topographic survey and Digital Terrain Model (DTMI3D) in 30 laser scanning, sectional survey, subdivision locations, boundary survey, work zone safety, parcel sketches. and legal descriptions. Project Dates: 2013 to 2013 I Client Reference: Kimley-Hom and Associates, Inc.. Gregory Kyle. AICP. 954-535-5100. jarea.kvniosley-lupm.conr 101 RESUMES OF KEY PERSONNEL Professional Licenses Manuel G. Vera & Associates, Inc. Professional' Surveyor and Mapper Business license No.: LB2439 Manuel G. Vera, Jr., PSM ,11.G. VERA w,....,..„. ,J AL,NNONrt..M Cww,... —+a L,u:wr. No LH2+39 ▪ ,1111,Haw Iel.u.v, 211. 21IIY Professional surveyor and flapper Hueioeu° License Hnne, arc pn„nnm... 1.71,.per 472 ct,.,Jusuu,es MANUEL C WILL a A5SOCS 0 C I.t SW.11fST WWI. . FLAZI.S.tlo+ Professional Surveyor and ,Mapper License No.: LS5291 ▪ IM MnHNAM I MItotep AaNIMn9lE -eeu.,..,,,., s.ae.. iu.. eu Nn.�t;Sl�al yAyvlalnm D t HeLnia._11, 2hIR iA.-.N4 , -.r Professional Surveyor and Mapper License la -lane p .... NI rl Her.171 fl,,.w Sw..0 1.1NNLE2. C VENN IN 1 H60sw.t sr MIAMI, FL 23I* AD+AM H IRnNAM WMM1.a5IHNNII ACNIruI.niNr RESUMES OF KEY PERSONNEL E3 A S L1 1.. T 0 11 Rene L Basulto, P.E., MSEM, LEED, AP, CxA, CPE, CPD Principal Mr. Rene I. Basulto has used his many years of expenence as an engineer and manager for the design of a wide variety of commercial, industrial, governmental. educational. and medical projects in the public as well as the private sector throughout the United States and overseas. Under his leadership the firm has evolved into one of the most prominent and respected engineering firms in South Florida, MDWASD Pump Stations Upgrades Pump Stations Nos, 7, 04. 113. 114, 140. 173, 427, 430, 435, 439, 502, 580, 767, 794, 1018, and Epiphany Church Design and preparation of water and sewer system construction plans for the construction of upgrades to existing Pump Stations, Upgrades included new pumping units, new electrical control panels, new electrical services. new telemetry systems, replacement of PS piping, new valve vaults and fittings, new wet wells, demolition of existing pump stations, and associated site improvements. City of Hialeah Section 28 Sewer Improvements Purnp Stations Nos, 132, 133. 134. 135, 137, 138, 139, 140. 141, 142 and 144 Design and preparation of water & sewer system construction plans for each of the stations, which included a new regional pump station consisting of a submersible pump station with 4 submersible pumping units (215 HP) with a peak capacity of 8,880 GPM {12.8 MGD) and valve chamber, The pump station site included a building housing the electrical control room and a storage area; an odor control unit, MDWASD flow meter, emergency generator, and other improvements. Hialeah R.D. Water Treatment Plant Well Site No. 11 Design and preparation of construction documents for Well Site No. 11. This project included design of electrical service for water pump station with coordination of service connection to Florida Power and Light Company. Construction Administration Services with coordination with master plan design team and contractors, HROWTP Pipeline Hialeah Annex Pump Design and preparation of construction documents for the Hialeah Annex Pump. The project included medium voltage {23 kv) design for electrical connection to four pump buildings as designed by AECOM including duct bank along service road. Specifications for switchgear, cables, hand holes. and equipment pads. Specification for service lateral to each building. Specifications for grounding system and coordination for service point with Florida Power and Licht Company. Years ,.1f Ex1ieri r-'oLH • Sri Years In Industry Education • Masters of Science in Engineering Management, Florida Intonational University • B.S. Mechanical Engineering, Florida International University Licenses & Certifications • Professional Engineer. Florida No, 40999 • General Contractor, Florida No. CG- 0060226 • Certified Plans Examiner, Florida No. PX- 0001324 • Certified Inspector, Florida No. 811. 0003018 102 103 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL BA SU L10 Charles Yost Associate Director. Electrical Department Mr. Charles Yost's experience includes the design of industrial manufacturing facilities. public schools, roadway lighting, waste water pumping facilities and electrical site master planning along with extensive involvement during the project construction phase including field supervision and inspections. MDWASD Pump Stations Upgrades Pump Stations Nos. 7, 64. 113, 114. 140, 173, 427, 430, 435, 439, 502, 560, 787. 794, 1018, and Epiphany Church Electrical Design Engineer responsible for the design and preparation of water & sewer system construction plans for the construction of upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels, new electrical services, new telemetry systems. replacement of PS piping, new valve vaults and fittings, new wet wells, demolition of existing pump stations, and associated site improvements. City of Hialeah Section 26 Sewer Improvements Pump Stations Nos. 132. 133, 134. 135 137, 136. 139,. 140, 141. 142 and 144 Electrical Design Engineer responsible for the design and preparation of water & sewer system construction plans for each of the stations, which included a new regional pump station consisting of a submersible pump station with 4 submersible pumping units (215 HP) with a peak capacity of 8,880 GPM (12.8 MGD) and valve chamber. The pump station site included a building housing the electrical control room and a storage area: an odor control unit; MDWASD flow meter, emergency generator, and other improvements. Hialeah R.O. Water Treatment Plant Well Site No. 11 Electrical Design Engineer responsible for the design and preparation of construction documents for Well Site No. 11. This project included design of electrical service for water pump station with coordination of service connection to Florida Power and Light Company. Construction Administration Services with coordination with master plan design team and contractors. HROWTP Pipeline Hialeah Annex Pump Electrical Design Engineer responsible for the design and preparation of construction documents for the Hialeah Annex Pump. The project included medium voltage (23 kv) design for electrical connection to four pump buildings as designed by AECOM including duct bank along service road. Specifications for switchgear, cables, hand holes, and equipment pads. Specification for service lateral to each building. Specifications for grounding system and coordination for service point with Florida Power and Light Company. 104 Education • A.S. College of Engineering, Broward Community College Registration & Certifications • Certified Electrical Plans Examiner • Certified Electrical Inspector • SaCCI • Registered Electrical Inspector • Registered Electrical Plan Examiner Experience • Industry: 38 years B A S LI LTC C' ,. I. .' 1 t. Mauricio Vargas, PE LEED AP Mechanical Engineer Mr. Mauricio Vargas has extensive experience in design of large boilers, cooling towers, conveyors and other major mechanical systems. His experience has provided him with the ability to provide high quality designs. He is a quaiitied mechanical engineer offering knowledge and has successfully completed very challenging projects. MDWASD Pump Stations Upgrades Pump Slations Nos. 7, 64, 113, 114, 140, 173, 427, 430. 435, 439, 502. 560, 767, 794. 1018, and Epiphany Church Mechanical Design Engineer responsible for the design and preparation of water & sewer system construction plans for the construction of upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels. new electrical services, new telemetry systems, replacement of PS piping, new valve vaults and fittings, new wet wells, demolition of existing pump stations, and associated site improvements. City of Hialeah Section 26 Sewer Improvements Pump Stations Nos. 132, 133, 134. 135, 137. 138, 139, 140, 141. 142 and 144 Mechanical Design Engineer responsible for the design and preparation of water 8 sewer system construction plans for each of the stations, which Included a new regional pump station consisting of a submersible pump station with 4 submersible pumping units (215 HP) with a peak capacity of 8.880 GPM (12.8 MGO) and valve chamber. The pump station site included a building housing the electrical control room and a storage area; an odor control unit: MDWASD flaw meter, emergency generator, and other improvements. Hialeah R.O. Water Treatment Plant Well Site No, 11 Mechanical Design Engineer responsible for the design and preparation of construction documents for Well Site No. 11. This project included design of electrical service for water pump station with coordination of service connection to Florida Power and Light Company. Construction Administration Services with coordination with master plan design team and contractors. HROWTP Pipeline Hiafeall Annex Pump Mechanical Design Engineer responsible for the design and preparation of construction documents for the Hialeah Annex Pump. The project included medium voltage (23 kv) design for electrical connection to tour pump buildings as designed by AECOM including duct bank along service road. Specifications for switchgear. cables, hand holes, and equipment pads. Specification for service lateral to each building. Specifications for grounding system and coordination for service point with Florida Power and Light Company. Years of Experience • 19 years Friw[ ate11n • B.S. Mechsntcal Engineering, Florida International University E xne rn!nce • Basulto & Associates Inc. 2006 - Present • Florida International University 2009 - 2006 Registrations • Stale of Florida Professional Engineer 579436 Affiliations • Member of Tau Bete Pi The Engineering Honors Society 105 RESUMES OF KEY PERSONNEL RESUMES OF KEY PERSONNEL B A S U L T 0 ALISO IA Alejandro Rosquete, PE Mechanical Engineer Mr. Rosquete has extensive experience in Commercial, Residential. and Institutional Sector Design. Hs experience has provided him with the ability 10 provide high quality designs. He is a qualified mechanical engineer offering knowledge and has successfully completed very challenging protects. Mechanical Design Engineer responsible for the design and preparation of mechanical, HVAC systems construction plans for the construction of upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels. new electrical services, new telemetry systems, replacement of PS piping, new valve vaults and fittings, new wet we0s, demolition of existing pump stations. and associated site improvements. Mechanical Design Engineer responsible for the design of HVAC and process piping for Carlton School of the Sacred Heart Convocation Center. Assurant Headquarters HVAC upgrades, and several school central chiller plants for Miami Dade County Schools Years of Experience • f years Education • S.S. Mechanical Engineering, Jose Antonio Echevarda Higher Polytechnic Experience • Siaulto Associates inc. 2013 - Present • Hidalgo Engineering 2010 - 2013 Registrations • State of Florida Proteatlonal Engineertl79260 State of Florida Board of Professional Engineers Aile.la that Rene! Ignacio flagella , P.E. Is licensed as a Proreesinaot Engineer Bader Chapter 411, Florida Stamina ri.p1 z n..I, AudIINw L.:uI•,Ot r. 41651, P.E. Lk. Nu. State of Florida Board of Professional Engineers aumi. an. AleJanrlro Rosquete , P.E. Is &��ae.ed an a Proras•ional paSe �Miosoeie ii braPo Audi: No. 4aI10MA3 R. est adder Chapter 411. Florida Statutes P.L. Lac. No. State of Florida Board of Professional Engineers Atlnu that Mandela A. Vargas , P.E. Is licensed as at Professional Engineer under Chapter 471, Florida Statutes Eirylradou: Uz.:mn ME. tie. No: Audit No: !16m195Jdi4 A State of . Florida Boarcj4r Professional Engineers �I M. Aeunit• Ileat $ ttlEcr sic Aerftnciutcsr !ull Ia autnerrr.d undo. Ida pi, .ine.or seed.. M u nine public tluuuab . Pruls.dua.l f[pOsm't, d aepn.w.a, 1/m,.0u14 Aud %Na 22e7iL41NI 4 4: # f3f'L -wax. re off. =Aimeedeg swims modal Citapto 4'n,PIWea tera.so. CA Lk. Not 111. 106 107 RESUMES OF KEY PERSONNEL Charesse Chester VI Relevant Experience Summary Charesse Chester fitst gained her public involvement experience as an aide in the Florida 1.egisiature. During this fast -paced process, she cleveloped relationships with elected officials and major stakeholder groups on the stale and local levels. Ms. Chester now utilizes her public policy, public outreach, and legislative experience to conduct public im alvement and governmental affairs programs for local and state agencies. Ms. Chester's awareness of the local community is continuous and relevant as demonstrated by her 2014 appointment to the Uptown Avenue 7 Community Redevelopment Agency (CRA) Board by the Board of Miami -Dade County Commissioners. I Ilf)'h District Six Stale Road +•'(IS 44l1%l' 7°i Avoune from Male load ,lu, 1''ti 461$N' S'" Wool to the Gorden Glades Interchange I'm m idol Claiming Study - Ms. Chester utilizes her knowledge of the Ili -mile corridor to guide the intergovernmental coordination and public involvernonl program fur the study- Ms. Chaster is responsible for conducting briefings for elected and appointed officials. Community Redevelopment Agencies (CRAB), major stakeholders groups. and the 70Cpius propertyfhuslness owners along the corridor. Ms. Chester coordinates the [alarming of the Project Advisory Team (PAT), public outreach and public meetings. Project Schedule: 2013- Present FIJOT Diaojct Sic Intergovernmental Affairs and Community Relations ['munition' Ms. Chester serves as a liaison between the Department and elected officials on MPO Governing Board issues, Ms, Chester assists in the coordination of the District's .Annual Tentative Work Program, including briefing Miami -Dade MPO Governing Board members on their District -specific projects. Ms. Chester monitors and tracks MPO Cnverning Board items and prepares monthly meeting summaries. Project Schedule: 2014-Present FOOT District Four 'Fri-Itail Coastal Lint, Transit Analysis Study Phase lit Ern iruunienial Assessment - Ms. Chesser will coordinate public outreach for the 85-mile corridor Phase IIf Environmental Assessment in Miami -Dade and Broward. The public involvement component includes identifying elected and appointed officials,, business groups, governmental entities, educational institutions and homeowners associations impacted or interested in the study. Ms. Chester's responsibilities include planning public meetings. station alternatives workshops. and elected and appointed officials briefings. Pmjeci Schedule: 2014- Postponed HrmName: Creativlsian MEDIA formerly Charesse Chester & Associates. inc. Office Location: Miami, FL Certifications: DBE & Micro/SEE Years of Pubic In otverrtenl Experience 23 [lvaesse Chester & Associates —X102 Present Legislative Alde, Florida House and Senate - 1994 — 2002 ufissh . or Credentials: Master of Arts, Communication, University of Miami, 2001 Satheior of Science, Cunmwolcotlun, Plurldd International University, 1997 &axis lot Team Selection. Knowledge of state and local policy and process and established relationships with elected and appointed officials and stakeholder groups FIRM NAME: Creatodsion MEDIA EDUCATION Bachelor of Ads, University of Phoenix, 2009 LONGITUDE TENURE 12 years OFFICE LOCATION Miami, FL WORK EXPERIENCE Creatrnsion MEDIA 2005 - Present RESUMES OF KEY PERSONNEL Natacha Placide Public Information Specialist Ms_ Piacitle conducts public outreach in the South Florida. Me. Placide develops the best approaches for engaging stakeholders groups throughout the outreach process. From planning meetings and workshops to briefing residents, Ms. Placide manages the direct contact strategies and coordinates the internal planning and project tracking for the firm. Ms. Placide is fluent in English and Creole_ RELEVANT EXPERIENCE FOOT District Six State Road 9761SW 40 Street/Bird Road 1U5 4411W 7th Avenue from the HEFT 10 US 115 Dixie Highway —Ms. Placide serves as a Public Informative Specialist on the project. assisting in the coordination of the public outreach and Project Advisory Team (PAT) activities. Ms, Placide also manages the outreach schedule, serves as a liaison between the corridor business owners and residents. and maintains all project ddcumentS. Ms. Placide ensures the project public outreach activities mewl Florida Department 01 Transportation (FOOT) Public Involvement best practices. Project Schedule: 2015 • Present FOOT District Six State Road 711JS 4411W 7th Avenue from State Road 900.15 411SW 5th Street to the Golden Glades Interchange Corridor Study - Ms. Placide coordinates the logistics for the public workshops herd along the corridor. Ms. Placide organizes the outreach to the 700-businesses operating on the corridor. Ms. Placide is also responsible for tracking the contact and participation of the business community_ She also serves as a liaison to the stakeholder groups, including the Community Redevelopment Agencies {CPAs), Chambers of Commerce. churches. and civic groups. Ms. Placide also coordinates the production and distribution of Iri•Iingual meeting notices to public venues and businesses along the corridor. Project Schedule: 2014 - Present Miami -Dade Metropolitan Planning Organization 2040 Long Range Transportation Plan, Miami -Dade County, Florida - Ms, Placide secured appropriate meeting venues, contacted the stakeholder groups. and coordinated the production of Long Range Transponaton Plan (LRTP) mailer and other collateral materials.. Ms. Placide worked with municipal representatives to coordinate posting public meeting information on their websiles. marquees, and newsletters. She also coordinated the distribution of public meeting invitations and brochures at pubilo libraries. courtly commission offices, and other public venues, Ms. Placide managed the internal outreach calendar and ensured all Public Involvement Plan (PIP) activities were completed and properly documented for the PI final report. Project Schedule: 2012 - 2014 FOOT District Four Tri-Rail Coastal Link {formerly South Florida East Coast Corridor) Transit Analysis Study, Phase 11, Oversight Management and Phase 111, Miaml-Dade, Broward and Palm Beach Counties —Ms. Rama assists in the planning of the public meetings in Miami -Dade and Sroward Counties. She coordinated the distribution of study materials in Downtown Miami, Miami, Lntte Haiti, Model City, North Miami, and other communilies along the corridor. Ms. Placide responds to inquiries from community organizations. churches, and other interested parties and manages the internal documentation of the project. Project Schedule: 2009— 2011, 2011- 2014, 2015-Postponed Miami -Dade Metropolitan Planning Organization Long Range Transportation Plan ILRTPI 2035, Miami -Dade County, Florida - Ms. Placide ensured the Public involvement (Pt) Team complied with the MPO's practices and procedures during the implementation o11he Public Involvement Plan (PIP) specifically reaching the 0'8054-dependent populations. distributing materials to Community Action Agencies (CAA). and communicating with municpal officials regarding the public meeting schedule. She was also responsible for identifying stakeholders groups, making public meeting announcements at stakeholder meetings. and tracking all public comments for appropriate responses. Ms. Placide also assisted in the coordination at the public meetings in the six (6) Transportation Planning Areas (TPAs). Project Schedule: 200E - 2011 108 109 RESUMES OF KEY PERSONNEL EDUCATION Ph.D. in Environmental Psychol- ogy, 1999: City University of New York, New York NY Master of Environmental Psychol- ogy, 1996; City University of New York, New York NY Bachelor of Arts, Philosophy, 1970; University of London, Lon- don, England AFFILIATIONS Illuminating Engineering Society International Association of Lighting Designers American Society of Landscape Architects, Affiliate INDUSTRY TENURE 34 years OFFICE LOCATION New York. NY WORK EXPERIENCE Linnaea Tillett Lighting Design, 1983 - present 110 Linnaea Tillett, PhD Principal and Lighting Designer Dr. Linnaea Tillettt is principal of Tillett Lighting Design Associates. which she founded in 1983. Alighting designer with a doctorate in environmental psychology, she has extensive experience in public landscape. Combining design and social science. Or. Tillett crafts highly nuanced lighting programs that are ecologically sensitive while engaging issues of safety and the aesthetics of the night. Her innovative approach incorporates a thorough understanding of the perceptual, behavioral and psychological effects of light. RELEVANT EXPERIENCE St. Patrick's Island Park, Calgary, Canada Landscape Architect, Civitas and W Architecture Project Dates: 2011- 2015 Client Reference: Civitas, Scott Jordan. (303) 571-0053; sjorden@civitasinc.com The Battery, New York, NY Architect, WXY Architecture; Landscape Architect, Starr Whitehouse and Saratoga Associates. Project Dates: 2005 - present Client Reference: Pat Kirshner (formerly at the Battery Conservancy). (718) 222-9939: PKirshner@bbpnyc.org Thunder Bay Waterfront, Thunder Bay, Canada Landscape Architect, Brook Mcllroy Project Dates: 2010 - 2011 Client Reference: Brook Mcllroy, Calvin Brook. (416) 504-5997; cbrook@brookmcilroy.com Pier 26, New York, NY Landscape Architect. OLIN Project Dates: 2017 Client Reference: OLIN, Demo Staurinos. (215) 440-0030; dstaurinos@theolinstudio.com The North Carolina Museum of Art, Raleigh, NC Landscape Architect, Civitas Project Dates: 2015 - 2016 Client Reference: Civitas, Scott Jordan. (303) 571-0053: sjordan@civitasinc.com FDR Four Freedoms Park, New York, NY Architect, Louis Kahn Project Dates: 2011 - 2014 Client Reference: Four Freedoms Conser- vancy, Stephen Martin. (646) 767-5086; smartin@fdrffp.org The University of Pennsylvania: Shoemaker Green, Philadelphia, PA Landscape Architect, Andropogon Project Dates: 2012 -2015 Client Reference: Andropogon, Thomas Amo- roso. (215) 487-0700; amorosot@andropogon.com EDUCATION Bachelor of Science. Environmen- tal Planning and Design/Land- scape Architecture, 1985; Rutgers University, New Brunswick, NJ Summer Landscape Architecture Program, 1984; University of Urbino, Italy AFFILIATIONS Illuminating Engineering Society American Society of Landscape Architects INDUSTRY TENURE 9 years OFFICE LOCATION New York, NY WORK EXPERIENCE Linnaea Tillett Lighting Design, 2015 - present Melanie Freundlich Lighting De- sign, 2013 - 2015 RMJM Sr. Associate. Landscape Architect 1989 - 2013 RESUMES OF KEY PERSONNEL Janet Garwood Associate and Lighting Designer Janet's interest in the ability of light to define space and affect emo- tion has brought her to the lighting design profession from a corn- prehensive career in landscape architecture. For the prior two years to joining Tilled Lighting Associates in 2015, she worked designing and documenting interior lighting. Janet received a BS degree in Environmental Design and Planning 1 Landscape Architecture from Rutgers University and is a licensed landscape architect in the state of New Jersey. RELEVANT EXPERIENCE St. Patrick's Island Park, Calgary, Canada Landscape Architect, Civitas and W Architecture Project Dates: 2011- 2015 Client Reference: Civitas, Scott Jordan. (303) 571-0053; sjordan@civitasinc.com The Battery, New York, NY Architect, WXY Architecture; Landscape Architect, Starr Whitehouse and Saratoga Associates. Project Dates: 2005 - present Client Reference: Pat Kirshner (formerly at the Battery Conservancy). (718) 222-9939, PKirshner@bbpnyc.org Mill River Park, Stamford, CT Landscape Architect. OLIN Project Dates: 2010 - present Client Reference: OLIN, Demo Staurinos. (215) 440-0030: dstaurinos@theolinstudio.com Waller Creek, Austin, TX Landscape Architect, Michael Van Valkenburgh Associates Project Dates: 2012 - present Client Reference: Michael Van Valken- burgh Associates, Tim Gazzo. (718) 243-2044, tgezzo@mvvainc.com Pier 26, New York, NY Landscape Architect, OLIN Project Dates: 2017 Client Reference; OLIN, Demo Staurinos. (215) 440-0030; dstaurinos@theolinstudio.com The North Carolina Museum of Art, Raleigh, NC Landscape Architect, Civitas Project Dates. 2015 - 2016 Client Reference: Civitas, Scott Jordan. (303) 571-0053; sjordan@civitasinc.com The University of Pennsylvania: Shoemaker Green, Philadelphia, PA Landscape Architect. Andropogon Project Dates: 2012 -2015 Client Reference: Andropogon, Thomas Amo- roso, (215) 487-0700; amorosot@andropogon.com 111 RESUMES OF REY PERSONNEL EDUCATION Master of Fine Arts, Architectural Lighting Design, 2013: Parsons, The New School for Design, New York, NY Bachelor of Industrial Design, Industrial Design, 2009; Pratt Institute, Brooklyn, NY AFFILIATIONS Illuminating Engineering Society American Society of Landscape Architects, Affiliate INDUSTRY TENURE 5 years OFFICE LOCATION New York, NY WORK EXPERIENCE Linnaea Tilled Lighting Design, 2013 - present Michael Stiller Design 2012 TKDG Tanaka Kopec Design Group. 2010 - 2011 112 Jeanne Choi Senior Lighting Designer Jeanne holds a Master's Degree in Fine Arts for Architectural Light- ing Design from Parsons. The New School and she began work at 7illett Lighting Design Associates in 2013. As a project manager and designer, Jeanne has managed several large scale landscape projects that have begun to define the identity of cities while provid- ing imaginative experiences at night. Jeanne has worked on projects that include public and civic parks, plazas, master planning, private residential, and the revitalization of existing landmarks. St. Patrick's Island Park, Calgary, Canada Landscape Architect, Civitas and W Architecture Project Dates: 2011- 2015 Client Reference: Civitas, Scott Jordan. (303) 571-0053; ordan@civitasinc.com The Battery, New York, NY Architect. WXY Architecture; Landscape Architect, Starr Whitehouse and Saratoga Associates. Project Dates: 2005 - present Client Reference: Pat Kirshner (formerly al the Battery Conservancy). (718) 222-9939: PKirshner@bbpnyc.org Waller Creek, Austin, TX Landscape Architect, Michael Van Valkenburgh Associates Project Dates: 2012 - present Ghent Reference: Michael Van Valken- burgh Associates, Tim Gazzo. (716) 243-2044; tgazzo@mwainc.com Pier 26, New York, NY Landscape Architect, OLIN Project Dates: 2017 Client Reference: OLIN, Demo Staurinos. (215) 440-0030; dstaurinos@theotinstudio.com The North Carolina Museum of Art, Raleigh, NC Landscape Architect, Civitas Project Dates: 2015 - 2016 Client Reference: Civitas, Scott Jordan. (303) 571-0053; sjordan@civitasinc.com FOR Four Freedoms Park, New York, NY Architect, Louis Kahn Project Dates: 2011 - 2014 Client Reference: Four Freedoms Conser- vancy. Stephen Martin, (646) 767-5086: smanin@fdrffp.org The University of Pennsylvania: Shoemaker Green, Philadelphia, PA Landscape Architect, Andropogon Project Dates: 2012-2015 Client Reference: Andropogon, Thomas Arno- roso, (215) 487-0700; amorosoteandropogon.com E •. MN Bachelor or Cua Engineering Unlveraey of Fianna, 1207 Mesta of Engineering. 8Loingieal Waste Treat main Unlveraily of Flodta, 1aMt CERTIFICATIONS • Florida Protesswnal Engb neer No. 13134 • American Welaraarks As - aeration • American Society of Civil Englneera • Citizen for a Better litouth Rattle - President Florida Waterworks Assad- anon + Warta River Slormwater Sub-Commalee - Chair • Nakano) Audubon Society - Boatd or Dlreuters • The Nature Conservancy. Honda Chapter - Board el Tnoaleea • Water Pollution Central Federation RESUMES OF TREY PERSONNEL enio Milian, P.E. resident xPFRiISE Mr, Mltlan has over 45 years of experience in Environmental and Civil Engineering, in- cluding design permitting, construction and management of water, sewer, and storm water systems, Mr, Milian is a former board member of the South Florida Water Man- agement District and was one of the appointed participants in the Sea Leval Rise Task Force of Miami Dade County. Mr. Mikan is also very familiar with the SE Florida Climate Change Compact comprising of Miami Dade. Broward, Palm Beach. and Monroe Coun- ty. There are numerous recommendations made rn ttie Compact That address the re- gional impacts and suggest approaches 10 climate change Issues that do not recognize political boundaries. E&PE RIENCE Principal in Charge Margaret Pace Park Shoreline Stabilization City of Miami Transportation and Capital Improvements Department Miami, Florida in charge of the quality control of the preparation of construction documents for sleblllz- aig approximately 1.300 koear feet of the eastern shoreline of Margaret Pace Park locat- ed at 1775 N. Bayshore Drive in the Coy of Miami. In addition, prepared and processed a Miami -Dade County Department of Environmental Resources Management (DERMA Class -I Penal application as well as a Florida Department or Environmental Protection IFDEPt Joint Environmental Resource Permit (ERP) application. Principal in Charge Crandon Park Master Plan Environmental Permitting Dua Diligence Miami -Dade Parks and Recreational Department Miarni, Florida In charge of the quality control of the devebpmenl of the Crandon Park Master Plan Environmental Due Diligence project. The master plan cats for enhancing the shoreline of the park by increasing the recreational potential nl this area. The master plan imple- mented the recreational enhancements of the shoreline drop -oft areas nanh and south of the attached sand bar. The enhancements to the shoreline were accomplished by placement of sand to shallow the existing north .and south dropwtt areas and creating an anihaial reef snorkeling area In the south drop -oft area. Principal in Charge Phase I— Deering Glade Rehydration Responsible for overseeing all work related to the civil & environmental services provid- ed for the design or Phase I improvements to rehydrate the existing glade located with the Deering Estate abutting Old Culler Road. Services provided included design, envi- ronmental permitting and construction observation. Principal to Charge Trite Island Park Master Plan Miami -Dade County Park, Recreation and Open Spaces Department Miami, Florida Principal In Charge responsible for overseeing the work related la the civil and environ- mental engineering services that are being provided to the MDCPROS. MSA is responsl- Ole for the civil 'inrraslruclare and environmental planning. conceptual design & permit- ting for the 120 acre park. In addition, MSA is in charge of coordinating on+neionsite slormwaler management computations, grading. drainage plans, wetlands delineation, environmental permits and cost estimates, Principal in charge Crandon Park Marina Dredging Miami -Dade County Park, Recreation and Open Spaces Department Miami, Florida Principal In Charge for the environmental services provided In MDCPROS for the Cran- don Marina Dredging project. Services included the performance of field surveys, sedi- ment analysis, design and environmental permitting associated with the dredging and disposal of deposited sediment at a specific location at the Crandon Park Marina. 113 RESUMES OF KEY PERSONNEL -Gabriel Milian, P.E. Senior Project Engineer EDUCATION Masters M Environmental Ergineorme University of Texas et Austin. 20112 Professional Aid --University of Texas at Austin Bachelor el CMi Enginaorlrlg Unlversey of Miami, 20D1 CERTIFICATIONS • Flmtds Proleesional Engi- neer Licence No. 65827 • American Soclely M Civil Engineers • XP SWUM Centered EXPERTISE Mr, Milian has over 15 years of experience in Modeling of Hydraulic Systems, Acquisition of Environmental Resource Permits and design of water distribution and sewer collection systems. Mr. Milian has extensive experience working with projects that involve the use Of XP-SWMM, FORTRAN. NEC -HMS, and HEC- RAS models, stomtwater design, water and sewer master planning, and envi- ronmental permitting. EXPERt€NCE Project Engineer Lummus Park- Riverfront Redevelopment -City of Miami Project Engineer for the professional services provided for the design of im- provements to the City -owned Riverfront parcels located directly across Lum- mus Park. MSA participated in the planning phase of the project, as well as dur- ingthe design, development, construction documents and bidding & construe- tion phases of the project,. Project Engineer Margaret Pace Park Shoreline Stabilization City of Miami Transportation and Capital Improvements Department Responsible for the preparation of construction documents for stabilizing ap- proximately 1.300 linear feet of the eastern shoreline of Margaret Pace Park located at 1775 N. Bayshore Drive in the City of Miami, In addition, prepared and processed a Miami -Dade County Department of Environmental Resources Management (DERM) Class -I Permit application as well as a Florida Depart- ment of Environmental Protection (FDEP) Joint Environmental Resource Permit IERP) application. Project Engineer Matheson Hammocks Parking Maintenance Facility Relocation Miami -Dade County Park and Recreation Department Project engineer responsible ter the Environmental Engineering and Permitting services provided for the construction of a new maintenance facility within the boundaries of the Matheson Hammocks Park, including regulatory process through DERM, ECCE and ACOE for mangroves mitigation. Project Engineer Tree Island Park Project Miami -Dade County Park and Recreation Department Project engineer tor the cavil and environmental engineering services that are being provided to the Miami -Dade County Parks and Recreation Department. This Department requires assistance to prepare and process the environmental permits required to develop the Tree !Stan Park located south of SW 101h Street between SW 149th Avenue and SW 147th Avenue. Senior Engineer 35-Acre Site Development Felix Rodriguez - Hialeah, FL Senior engineer for the civil engineering services provided for the development of a 35 acre site located at 15545 NW 122 Avenue, Hialeah, FL 33018. The Client wanted to expand the anginal site plan with the addition of onsite paved parking areas (originally approved for stornlwater dry retention) and redistribu- tion of said onsite dry retention areas onto a 5 acre parcel of vacant land (controlledfowned) by the Client. clang the north boundary of the existing prop- erty. MSA became the Successor Civil Engineer of Record for the project. EDUCATION Badsetnr of Ole! Engklsering ultlwrsxy of Mtsmt, 1907 CERTIFICATIONS • Fl0rkla E.I. No. 1085ET1ee American Society el Ctvf Engrnesr1 • Atnancso Public yilartm Assoaatt0n • American Water Worke Association RESUMES OF KEY PERSONNEL tlllo Menache ;Director -Civil and Municipal Engineering EXPERTISE Mr, Menache has over 30 years of experience vw[h Design of Civil Infrastructure In South Florlda (Master Planning. Design. Specifications, Civil.Environmental Permitting, Bidding and Construction Phases) for Private and Public Sector molests In South Florida. Below is a sum- mary al recent major prefects he has managed during his 20 year tenure math MSA, E XPERIENCE Sr, Project Manager -Tree Island Park Conceptual Master Plan MiamiDade County Park. Recreation and Open Spaces Department (MDCPROS) Protect manage, for the civil and environmental engineering services provided to the Marra - Dade County Parks and Recreauon Department. Responsible for the civil ntrastructure and environmental planning. conceptual design a permitting for me 120 acre park. Coordinate eiditelottsite stor mwater management computations, grading, drainage plans. wetlands deen- eatian, environmental permits and cost estimates. Sr. Project Manager - Preliminary Contamination Assessment at 250 Public Parks Miami -Dade County Park, Recreation and Open Spaces Department (MDCPROS) Responsible for the quality control for Ore Environmental Planning services to the Mroml-Dade County Park. Recreation and Open Spaces Department IMDPROSI. specifically related to preliminary contamination assessment of over 250 ensang parks. SeeeessW9y coordinated all activities for this task (aflame and hudgell. Protect Manager - Regional Soccer Park Due Diligence Report Miami -Dade County Park, Recreation end open Spaces Department (MDCPROS) Responsible for overseeing all ware related to the implementation of a due diligence report to determine constructabllity of a pro -posed regional seecer park al an old, capped and closed landfill. The 47-acre site was recently purchased by MDCPROS horn the Solid Waste Man- agement Department, and poses multiple concerns due to its history, The analysis included water and sewer connection alternatives. as well as a lull on -site drainage analysis. Due to the history of the site. multiple environmental concerns were present. and varieus regulations limit the drainage system design alternatives for the site. Irl eddiron. the proposed protect needed to indude eight (6) sower fields to be recognized as a soccer venue by the Soccer Community. therefore creating additional liseitaaens vim the tightness of me site. Sr. Project Manager - Design Criteria for Southridge Park Stadium Bleachers — Phase 11 Miami -Dade County Park, Recreation end Open Spaces Department IMDCPROSI Man- aging the preparation of Civil Design Criteria Documents ler the development of Phase II of the Southridge Park Stadium Bleachers. The project entails construction of new soccer! football bleachers, concession and rosaoom facilities and a new parking 1o1. MSA Is panier- pating in the development of the tile civil design criteria drawings and specifications. Sr. Project Manager• Matheson Hammocks Master Plan Miami -Dade County Park, Recreation and Open Spaces Department (MDCPROS) Assisted prime consultant (WRT. Inc.) in the preperaben of the Water and Sewer Conceptual Master Plan to satisfy the proposed Master Site Plan erditding four new mamlolded pump stations, gravity sewer and torte main system connected to an erisung IS -inch force main ,n Old Culler Road. Project Manager • Golf Club of Miami Improvements Miami -Dade County Park, Recreation and Open Spaces Department IMDCPROS) Design, specifications, permitting. bidding and construction phase services tor the new Club House parking lot, Golf Driving Merge a1 the Gall Club of Miami. Drainage designed in con- formance vim FOOT Drainage Connection requirements. SFWMD and DERM requirements. Project Manager - Ramlorest Exhibit Fairchild Tropical Gardens —Miami -Dade County. FL Prepared construction drawings fur the proposed waterway (artificial creek), associated hy- drautic analysis. pumping and piping systems. peck -Milan walkways for the new Ramderest Exhibit and permitting services. 114 115 RESUMES OF KEY PERSONNEL State of Florida Board of Professional Engineers Mica, Ow Milian, Swain & AsQf7CLIif'4, Ific_ UPL 1...thurixad uud.o ieio .of fa:ctiort 471,42.1.'Plmtda Sray��u• rd.. ORr evemoortea ea.ticca to des public rhrough a Proka.inn.1 Fnatacer, duly 1140w4 rr:da+ Chart. 471. rferid. 6telueee. ILa.paraccou CA Lk, Nu. Audis No: 124:019V2bA State of Florida Board of Professional Engineers Attesu rhal Gabriel A. Milian , P.B. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes KapllaUurs: Zi3//1019 PR. l,ic. No: Aladlr No: 3111161131$41 µ 1351A27 State of Florida Board of Professional Engineers Alums thss Arsenio Milian , P.E. i)p1. 1s licensed as a Professional Engineer under Chapter 471, kiorida Statutes Repl.arioe: 2r _r: �3it P.E.. Lie. No: Audit No: Zih1.1,11.11 R. 1, I.ia 116 CITY OF MIAMI URBAN ROBOT CIVITAS I PRIME CONSULTANT KIMLEY-HORN TEAM ORGANIZATIONAL CHART ARCHITECTURE ECONOMICS *CBE Consultant 117 Lk e Effect Park, Wayzata, MN, Ovitas QUALIFICATIONS OF PROJECT MANAGER QUALIFICATIONS OF PROJECT MANAGER 0 U E N 0 42 41 8 7-5 0��a 0 — LL 0 E o E 0 2 a LL .w y a E E,° g 7 '4 y N C c o u .. q'o c N L 2�2'� w = s m 'v"°E m o aE c nti LL E N a 2 91 .� ! N .2 o H a = m o U N 5 N w m m woo m w LL TQ E E O t — g c v c 0 N N c 'gym d 'cro1 •o O O y 0 p d 'O o x C N — m A E m m �o d O O so o O LL a fl 0 c a 0 m y ° E c 0 N N N LL 0 m 'ur Yp O 0 U C b N N V 120 0 a ❑ 0 0 0 Design Services fora Flex Park at Virginia Key E 0 0 z 0 0 3 270 days (construction) Project Completion (no. of calendar days): Projected: 1 w 0 0 0) U 0 0 rn 0 0 m m G cn v 0 a` 0 F- 0 re of Authorized Officer Mark W Johnso Printed Name Request for Qualifications Qualifications of Proposed Project Manager Please utilize the space below, as necessary. Mark Johnson led the development of the project from a previously approved Schematic Design (by others) into implementation. The Schematic Design had been completed years prior to selection of the Civitas team to bring the project into reality. Mark led a review phase entitled Design Validation, leading a series of public and stakeholder meetings to revisit every detailed aspect of the design, from the configuration of the waterfront streets and promenade to the selection of pavements and furnishings. Mark was the lead designerthat managed the project from validation through completion of the built project in 2014.The project has been a major success for both the public and the maritime operations that use the waterfront for commercial and tourism purposes. 121 QUALIFICATIONS OF PROJECT MANAGER QUALIFICATIONS OF PROJECT MANAGER s� a$Ec 0 GCS a ° c a a m _ try , o': Q as=.2 m E-oEai ry 4 v y C O L O N Ifte try 4.... L `p p aI .a' Z w 7.“€ Q. 6 c w6o ai M▪ .C) • O r -O L 0 c C 2 C m �.,y - m ` !, a c m ? cz)o a m 0, oa'a°E N ▪ L2 d 43 5 • '5 0 4 o a LL E Lt mLL € of O m c y dd) m N L , av 49 aE N o F, o V d N N N O at Virginia Key is RFQ No.:16-17-003 0 zz a E 0 V 0 V to project by Ca 0 z 280 days (construction) u 4 0 z i 72) Q Risk a Other (specify): m Signature of Authorized Officer Mark W Johnson r Printed Name 4 Request for Qualifications Qualifications of Proposed Project Manager Please utilize the space below, as necessary. Mark Johnson led the development of the project from a previously approved Schematic Design by others) into implementation. The Schematic Design had been completed years prior to selection of the Civitas team to bring the project into reality. Mark led a review phase entitled Design Validation, leading a series of public and stakeholder meetings to revisit every detailed aspect of the design, from the configuration of the waterfront streets and promenade to the selection of pavements and furnishings. Mark was the lead designer that managed the project from validation through completion of the built project in 2014. The project has been a major success for both the public and the maritime operations that use the waterfront for commercial and tourism purposes. 122 123 QUALIFICATIONS OF PROJECT MANAGER A a O ▪ co V .O 641. O y a a CY 01, 0.7 .2 C▪ S To Zr„, = E) a 0 w av — O ,a a 0 O p 4"I') 4 0 E �9a� ▪ L d 0 v o-'L'a� m E � E ,u 7 `l V C 7 U N N a v_ C O U ▪ a Q§ 'C. U a N � N L W C m v a y � O ° L eaEo air° c w o 0v.0 -o v avr -S a •E — W o � C � � W 4) C 2 W • c m N } E c E Lxu3 A o a a �a c `vim W 6 W a w v g 0 vramvt 2 o m E o g o a v uui m o Kate Thompson 2 U r U 3 0 rime, into a world -class destination O 0 0. m a 0 m i] 0 0 a_ `0 a 0 u D Z • Basis for Difference in Value: © p Z Value of Construction (if appli m Signature of Authorized Officer Mark W Johnson 0 QUALIFICATIONS OF PROJECT MANAGER Request for Qualifications Qualifications of Proposed Project Manager Please utilize the space below, as necessary. Mark Johnson led the development of the project from a previously approved Schematic Design (by others) into implementation. The Schematic Design had been completed years prior to Selection of the Clvitas team to bring the project into reality. Mark led a review phase entitled Design Validation, leading a series of public and stakeholder meetings to revisit every detailed aspect of the design, from the configuration of the waterfront streets and promenade to the selection of pavements and furnishings. Mark was the lead designer that managed the project from validation through completion of the builtproject in 2014.The project has been a major success for both the public and the maritime operations that use the waterfront for commercial and tourism purposes. 124 125 QUALIFICATIONS OF PROJECT MANAGER Cite of jll iantt Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Urban Designer (UD), as defined in RFQ No. 16-17-003. The Following Section to be Completed by the Proposer. Name of Proposer: Chiles, Inc. Name of Proposed UD: Marklohnson The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for (heir proposed Urban Designer. 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 Project Denver Commons Park The Following Section 10 be Completed by the Project Owner. Scope of Work far Referenced Project: Urban design of former rail switching yard Including a new 19 acre park, )i Value of Project: $20000,000 Value of Construction: $10,000.000 Type of Project: 0 Design -Bid -Build 1 CMQRisk ❑ Design -Build 0 Other Construction completed on time and within budget: El Yes ❑ No How long did the proposed UD serve in this capacity on this prated? 1996-2001 (including Master plan) Quality of Work. El Above Expectations ❑ Average 0 Below Expectations Errors and Omissions: El Above Expectations in Average ❑ Below Expectations (Above expectations indicates fewer errors and emissions than anticipated by Project Owner) Did Errors and Omissions result in increased construction cost? ❑ Yes 0 No Was the Urban Designer responsive? El Yes 0 No Was the Urban Designer timely with reviews and submittals? 0 Yes 0 No Did the Urban Designer effectively resolve issues in a timely manner? 0 Yes 0 No Please type in the field below to provide comments (Please use the attached additional page. es necessary!' Name of Project Owner. Denver Department of Parks and Recreation /City and County of Denver Name of Project Owners Representative: Barthadwick Signature of Project Owner's Representative: 1L V 1 L.A IAA Title: Special Protects Manager Telephone: 729.913.0645 £late' 6/20/17 Sincerely, Annie Perez. CPPO Director Procurement Department 126 E-mail bar, chadwtck@denvergovorg RFO•a0-R Firmed ar5r.rar6 QUALIFICATIONS OF PROJECT MANAGER Critj' of ji1uwtf tie Darnel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Urban Designer (UD), as defined in RFQ No. 16.17.003. Tile F oilowrng Sucker to l a Completed by the Proposer Name of Proposer. Civhas,lnc. Name of Proposed LID Mark W, Johnson The above referenced Pmposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Urban Designer. 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 Project; tee Angeles River Revilal.zatian The FOiID•,v,rrq) Seel „I, I. I,.. r n.ni,ial1n try ire Protect t)vnacrr Scope of Work for Referenced Project Les Angeles River Revitallaarion Master Plan Value of Project $ 3 M Value of Construction. $ Many billions over 15 to 20 years Type of Project: ❑ Design -Bid -Build 0 CM@Risk 0 Design -Build ® Other (Master Plan Construction Completed on time and within budget: 0 Yes ❑ No How long did the proposed UD serve in this capacity on this project? Two years Duality of Work. El Above Expectations ❑ Average Below Expectations Errors and Omissions: ® Above Expectations 0 Average 0 Below Expectations (000ve exne0alkas ine.cares fewer efforts and wn.ss.one than aniiciraaln.d by Proleol Owner.; Did Errors and Omissions result in increased construction cost? CI Yes ❑ No Was the Urban Designer responsive? 0 Yes CI No Was the Urban Designer timely with reviews and submittals? 0 Yes 0 No Did the Urban Designer effectively resolve Issues Ina timely manner? 0 Yes 0 No Please type in the field below to provide comments (Please use me attached a+fdmn..al page, as nacessaryy As this was a Master Plan, there was no associated construction_ The Master Plan laid the ground work forall subsequent work on the IA River. Soling over 240 specific proposed protects, laying out a recommended governance plan for the River, and providing conceptual designs for five key nodes_Thedocument continues to be very relevant. Name of Project Owner: City a Los Angeles Name of Pmjecl Owner's Representative: Deborah Wey trroob Signature o1 Project Owner's Representative: Title: Chief Deputy City Engineer } Telephone: 213-485. 5499 Date: June 19, 2017 Sincerely, E-mail: deberah.weintraubideleclty.org Annie Perez, CPPO Director RFO,uc0 Proc:uromen( Department Reuxel9:152e16 127 QUALIFICATIONS OF PROJECT MANAGER Qi itv of tliitttt Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Urban Designer (UD), as defined in RFQ No. 18-17-003. The Following Section to be Completed by the Proposer. Name of Proposer: Civlws, Inc. Name of Proposed UD: Marls W, Johnson The above referenced Proposer is responding to a Request for Qualifications (RFQ) That has been issued by the City of Miami, We require that the Proposer provide written references for their proposed Urban Designer. The Proposer is requesting that you. as the Owner of the referenced project, provide the following information as welt as any other pertinent information. Your insight is appreciated. Name of Project: Lake Effect Park Wayzata, MN The Following Section to be Completed by the Project Owner. Scope of Work for Referenced Project, Landscape Architecture and Urban Design Value of Project: $18M Value of Construction: $ Type of Project: ❑ Design -Bid -Build ❑ CM@Risk ❑ Design -Build ❑ Other Construction completed on time and within budget: 0 Yes 0 No Flow long did the proposed UD serve in this capacity on this project? 2015-Present Quality of Work: El Above Expectations 0 Average ❑ Below Expectations Errors and Omissions: 0 Above Expectations ❑ Average 0 Below Expectations (Above expectations indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result In increased construction cost? © Yes ® No Was the Urban Designer responsive? 11 Yes ❑ No Was the Urban Designer timely with reviews and submittals? El Yes ❑ No Did the Urban Designer effectively resolve issues in a timely manner? 0 Yes Q No Please type in the field below to provide comments (Please use the attached additional page. as necessary): Name of Project Owner City of Wayzata Name of Project Owners Representative: Mary deLaittre .r4 Signature of Project Owner's Representative: U Title: Project Manager {former} Telephone:1612) 242 6286 Date: 614/17 Sincerely. Annie Perez. CPPO Director Procurement Department 128 E-mali: mary@groundworkcitybullding,com RFo1ID-R Rev4ed 6r152016 QUALIFICATIONS OF PROJECT MANAGER RESUME mARK W. JOHNSON. FASLA / FOUNDING PRINCIPAL Mark Johnson is a leading urbanist, designer of pubtic space and strategist for the regeneration Of Core cities. He is sought by clients and rollaboraters for his ability to listen and provide honest responses to challenging contemporary urban issues that are roofed in economic. political. legal and social issues. His commitment to addressing these conditions and improving life in cities through the natural environment has resulted in the implementation of some of the most complex and transformative projects In the country. He is currently leading the radical and complex reinvestment of Northside in downtown At. Louts. a 1700 acre derelict residential and industrial neighborhood. into one of the country's leading sustainable regenerations. He recently completed the design of a mile -long waterfront promenade in downtown San Diego, the North Embarcadero as well as the restoration of a 24-acre island park In downtown Calgary and the 40-sere Museum Park in Miami along Biscayne bay. Professional Experience 1983-Present Minas. Inc. Founding. Principal. Denver. CO 1982-83 Cambridge Seven Associates. Cambridge, MA 1977-80 Jones 6 Jones, Seattle. WA Education 1982 1975 Harvard University, Masters of Landscape Architecture and Urban Design with Distinction Utah State University Bachelors of Landscape Architecture, Magna Cum Laude Licenses & Registrations Licensed in New York. Nevada, Wisconsin, Colorado, Missouri. Oklahoma. Utah. Wyoming. Virginia. New Mpxito, Massachusetts. Washingmn, California. Florida, Kentucky, Minnesota; CLARB Certified Professional Memberships American Planning Association; Urban Land Institute; American Institute of Architects; American Society of Landscape Architects; CEO Roundtable Selected Project Experience 2016-Present Strategic Land Use Planning for the Calgary Municipal Land Corporation and Calgary Stampede, Alberta 2D15.2016 Pershing Square Renew Design Competition Finalist. Los Angeles, CA 2015-Present Back 10 the River Waterfront Redevelopment, London, Ontario 2015-Present Lake Effect Park, Wayzata, MN 2014-Present The Haven Project,' with NY Restoration Project_ Mott Haven. NY 2014-Present 51. Louis National 6eospatial Intelligence Agency City Planning Initiative, 5t. Louis. MO 2014-2015 St. Petersburg Pier Design Competition, St. Petersburg, FL 2014-2017 Market Square and Urban Parks, Crystal City, Arlington, VA 2014-2015 National Western Center Master Plan, Denver, CO 2014-Present Finlay Park, Columbia, SC 2014-2016 North Carolina Museum of Art, Raleigh, NC 2014-2015 St. Louis Regeneration Consulting Project, 51. Loos, MO 2014 Motown Museum Urban Design Charrette. Detroit. MI 2019-2014 Kabul New City Redevelopment, Afghanistan 2013-Present Julian B. Lane Riverfront Park. Tampa, FL 2013-Present Fitzsimons Redevelopment Authority, Advisor, Denver. CO 129 QUALIFICATIONS OF PROJECT MANAGER QUALIFICATIONS OF PROJECT MANAGER 2013 -2015 2013 - 2014 2013 2013 2013 2012-2013 2012-2015 2011-2015 2011-2015 2011-2012 2011 2E10-2011 2010-2014 2010-2012 2010-Present 2010 2010 2009-2012 2009 2009 2008-2014 2007-2015 2005-09 200E 2005 2005 2005 2005 2004 2004 2004 2003 2003 2003 2003 2003 2003 2002 2002 2002 2002 2002 2002 2001 2000 1999 1993 1988 130 Washington University Medical Center Urban Planning Mobility Study, St. Louis, MO Washington University Medical Center Urban Design Renewal, St. Louis, MO Sydney Centennial Park Master Plan Update, Australia Green Line Light Rail Open Space Initiative. Minneapolis, MN North Hills Mixed -Use Redevelopment, Raleigh, NC Town Branch Commons Design Competition, Lexington, KY Aviation Station Mixed Use TOD Urban Design, Denver, CO St. Patrick's Island, Calgary, Canada Lane Field, San Diego. CA Zidell Development Master Plan, Portland, OR Barnes Jewish Hospital Request for Inspiration, Design Ideas Competition, St, Lams, MO Edmonton City Center Airport Lands Master Plan Design Competition, Edmonton, Canada San Diego Convention Center Roof Park 5 Carden, San Diego, CA Owensboro Redevelopment Vision Plan, Owensboro, KY Plaza De Panama Restoration, Balboa Park, San Diego, CA Jefferson Memorial Design Competition, St. Louis, MO Main @ Washington Urban Design Master Plan, Greenville, SC Washington University Medical Center Vision Plan, St. Louis, MO Sherman Creek Master Plan, New York. NY China - St, Louis Trade Strategies. St. Louis. MO North Embarcadero, San Diego Northside Redevelopment, Et. Louis, MO Museum Park. Miami. FL Balboa Park Parking Management Plan, San Diego, CA High Line Master Plan Peer Review, New York City, NY Los Angeles River Master Plan, Los Angeles, CA Waterfront Redevelopment Master Plan, Kansas City, MO Charlotte First Ward Neighborhood Plan, NC Grand Avenue Competition. Los Angeles, CA Centennial Greenway Master Plan, St. Louis, MO Memphis Riverfront - Torn Lee Park, Memphis, TN Carleton College Master Plan, Northfield, MN San Diego River Park. Master Plan, San Diego. CA Children's Hospital Redevelopment Plan, Denver, CO Balboa Park Central Area Plan, San Diego, CA Atlantic Avenue Plan, Brooklyn. NY Gates Rubber Redevelopment Plan, Denver, CO Third Ward Neighborhood Plan, Charlotte, NC New West Park, Charlotte, NC Avery Island Preservation Plan. New Iberia, LA Wharf Parks Competition, Boston, MA Memphis Riverfront Redevelopment, Memphis. TN Salt Lake City Library Square Civic Park, Salt Lake City, U7 Centennial Park and Formal Gardens, Denver, CO Belleview Station TOD, Denver, CO Commons Park, Central Platte Valley. Denver, CO Stapleton Airport Redevelopment Master Plan. Denver, CO Stapleton Zoning and Design Guidelines, Denver, CO Selected Honors, Awards and Recognitions 2017 ASLA Southeast Region, Merit Award for Finlay Park. Columbla. SC 2017 Chicago Athenaeum Museum of Architecture and Design Award. St. Patrick's Island, Calgary 2017 SPACE Award for Ann and Jim Goodnight Museum Park Expansion, Raleigh, North Carolina 201E Fast Company IOnovatien By Design Award, St. Patrick's Island Park, Calgary 201fi Curbed Magazine honors Latimer Street among Top 11 Most Beautiful Streets. Denver, CO 2016 Canadian Institute of Planners names St. Patrick's Island Park Canada's Great Public Space, Calgary 2016 ASLA Colorado, Honor Award for Landmark, Latimer Square, Denver. Co 201E ASLA Colorado, President's Award for Excellence. The Haven Project, Bronx, NY 20116 ASLA San Diego, North Embarcadero, Merit Award for Design. San Diego, CA 201E National Urban Design Award for Sustainable Development, 5t. Patrick's Island, Calgary 2012015: ASLA Colorado, North Embarcadero, Merit Award for Design, San Diego, CA ASLA Colorado, St. Patrick's Island, President's Award of Excellence in Design, Calgary 20i5 Calgary Mayor's Urban Design Award, St. Patrick's island, Calgary 2015 Canadian Society of Landscape Architects, Merit Award for St. Patrick's Island, Calgary 2014 San Diego API Award for San Diego River Park Master Plan 2014 NY American Institute of Architects Urban Design Award for 5t. Patrick's Island, Calgary 2008 ASLA Honor Award, Las Angeles River Revitalization Master Plan 2008 AIA Honor Award foe Urban Design. Las Angeles River Revitalization Master Plan 2008 AIA Central California Design Award, Los Angeles River Revitalization Master Plan 2007 AIA Atlanta Presidential Citation 2007 Waterfront Center Award, Los Angeles River Revitalization Master Plan 2007 University of Colorado Distinguished Service Award 2002 Stockholm Partnership World Award for Sustainabiflty, Stapleton Plan 2002 AIA Award for Contribution to the Built Environment, Colorado 1998 Excellence in Design Award, NewYork State Association AIA, Stapleton Oev. Plan 1997 ASLA Colorado, President's Award of Excellence, Stapleton Park and Open Space Plan 199E Fellow American Society of Landscape Architects 199E Community Achievement Award, AIA, Denver Chapter 1996 Invited Designer, Denver Art Museum, Swa rovzski Class Exhibition 1995 Outstanding Alumnae, Utah State University 1995 American Planning Association Special Award Citation, Stapleton Redevelopment Plan 1990 CCASLA Honor Award, . Denver Intl. Airport 1990 Honor Award, CCASLA, Lawrence Street Mall 1982 Thesis Prize, Urban Design Program, Harvard University 1982 Greatest Overall Achievement, Harvard CSO 1975 ASLA Certificate of Merit, National and Utah State Awards Selected Lectures, Teaching and Presentations 2017 luror, World Architecure News Design Awards 2016 Prague Mayor's Conference on European City Planning, Czech Republic 2016 Speaker, Landscape Architecture FaundatiOn 50th Anniversary Summit. Philadelphia, PA 2016 ReSite Win -Win Presentation. Prague. Czech Repo blic 2016 New York AIA Awards furor. New York, NY 2015 Speaker, New York City Department of Design and Construction, New York, NY 2015 Speaker, Placemakers Conference, Calgary Municipal Land Corporation. Calgary 2015 Speaker, World Health Design, 'Designing the City as a Strategic Tool for Improving Public Health, World Conference, Hong Kong 131 QUALIFICATIONS OF PROJECT MANAGER QUALIFICATIONS OF PROTECT MANAGER 2015 2015 2014 20I4 2014 2014 2014 2014 2014 2013 2013 2013 2013 2012 2011 2011 2010 - 2013 2010-2011 2010 2010 2009 2009 2008 2008 2008 2008 2008 2008 2008 2008 2007 2007 7007 2006 2006 2006 2005 2005 2004 2003 2002 2002 2002 2002 132 Speaker, ReSite Design Conference, Prague, Czech Republic Professor, Contemporary Practices In Urbanism (Course no. LSD 7441), Spring Semester, Harvard University Graduate School of Design. Boston, MA Workshop Leader. The Future of Prague. Czech Republic Speaker, NY Restoration Project. New York. NY Speaker, Re5ite Design Conference. Prague. Czech Republic Speaker, Ecological Society of America. Sacramento. CA Participant, Rockerfeller Institute. 'Resilient Cities' Workshop, Boulder, CO Co -host, ULI Open Space Forum, Detroit, MI Clemson University Business School, Greenville, SC University of Tennessee, "Landscape Architects As Agents of Change", Knoxville. Lecturer Speaker. International Academy for Health and Design. Asia Conference, Singapore AIA National Convention Panelist. Deriver. Colorado North Carolina State, Urban Design Conference. Raleigh Speaker, International Academy for Health and Design, Europe 2012, Helsinki Speaker. International Academy for Health and Design, Melbourne Speaker, International Academy for Health and Design, Boston ULI Awards of Excellence lury Faculty, ULI Rose Center Fellowship. Detroit International Academy for Design and Health, University of Brussels Hospital and Medical School "Green Design to Facilitate Health and Fitness" University of Washington with Great City, Sustainable Urbanism, Lecturer Working Group on Sustainable Cities at Harvard NYC Department of Design and Construction. "Green Urbanism" University of Minnesota, Lecturer AIA Kansas Annual Meeting, Speaker ASLA Annual Meeting "Civitas: Inside the LA Studio" ASLA Annual Meeting, LA River Panel Urban Land Institute Placemaking Conference, Denver. Speaker Urban Land Institute City 2050 Symposium, Speaker AIA/ASLA Iowa Annual Meeting Lecturer, SCl-ARC, Los Angeles. Lecturer Land Development Conference. San Diego -"A Community Resource: Public Parks. Parkways. Trails and Open Spaces" North Carolina State University. Sustainable Urbanism Symposium. Guest Lecturer, Pennsylvania State University, Guest Lecturer Georgia Institute of Technology. Beltllne Symposium, Guest Lecturer ULI Gerald Hines Competition Juror ULI Larson Forum on Land Use Trends, Washington D.C. ULI Shaw Forum, Chicago. IL Harvard Design Magazine Symposium, Boston, MA Mayors Institute on City Design, Charlotte, NC Guest Lecturer, Ball State University Guest Lecturer. Wave HIII Preservation and Modernism Symposium Guest Lecturer, ULI National Conference Guest Lecturer. AIA Oklahoma State Conference Guest Lecturer. University of Georgia RESUME ROBIN ROONEY. RLA, LANDSCAPE ARCHITECT Robin Is a Project Leader and Registered Landscape Architect with Civitas. In 2008 she joined Civitas with nearly ten years' experience in residential landscape architecture. Over the last 9 years Robin has worked on a breadth of parks and campuses around the country including a 40-aue park on Biscayne Bay in Miami, Sanford Consortium of Regenerative Medicine in San Diego and the award -winning Salt Lake City Public Safety Building. Currently Robin is managing the design of Tampa's 23-acre Julian B. Lane Rlverfront Park and Twln Silo Park in Fort Collins, both of which are under construction. Working for nearly two years with residents of the Lower Ninth Ward following Hurricane's Katrina and Rita through her graduate studies, Robin developed a greater understanding of the power of landscape architecture to affect people's lives. While landscape architecture is a tool to express cultural Master I, social and ecological patterns, Robin believes its greatest strength is found in its ability to build relationships of economy and trust with those that inhabit the landscape. Artful designs, drawing their meaning and farm from the site's context, integrate cultural, social, ecological and economic systems, fostering a dialogue between people and their environment. Professional Experience 2008 - Present Civitas, Denver, CO 2005 - 2008 Design Studios West, Denver, CO 2003 - 2005 Peaceful Va➢ley Studios, Boulder, CO 1999 - 2003 LID Landscapes, Boulder, CO 1997 - 1999 Landsystems Landscapes, Redwood City, CA Education 2007 1997 1993 Master of Landscape Architecture. University of Colorado at Denver Bachelor of Science, Horticulture, Landscape Design. University of Nebraska. Lincoln Bachelor of Arts, Philosophy, University of Nebraska, Lincoln Licenses 6 Registrations C.L.A.R.B. Certified Colorado State Board of Landscape Architects. LA 211 California Landscape Architects Technical Committee Board, LA 5759 Nebraska State Board of Landscape Architects, LA 270 Professional Service 2012 - Present Ongoing Juror for Midterm and Final Graduate Landscape Architecture Students. University of Colorado at Denver, CO 2004-2010 American Society of Landscape Architects Associate Member 2006-2007 Americdrp Service Member,1800 hours community service in planning 6 design for the Lower Ninth Ward, New Orleans. Louisiana 2005-2006 ASLA Student Chapter; Chair of Professional Mentor Program 2001-2002 BculderCounty Master Gardener 133 QUALIFICATIONS OF PROJECT MANAGER QUALIFICATIONS OF PROJECT MANAGER Awards 2014 2013 2007 2006 2006 2006 2005-2007 Rahln Rooney, RLA Page 2 AIA Urban Design Award - Salt Lake City Public Safety Building ASLA Merit Award for Design - Salt Lake City, Public Safety Building American Society of Landscape Architects, Colorado Chapter, Certificate of Honor Hideo Sasaki Interdisciplinary Scholarship Colorado Business Er Professional Women's Education Foundation Scholarship Outstanding Service Award — University of Colorado at Denver Graduate Tuition Awards Select Project Experience 2017- Present. Koelbel Business Innovation Hub, University of Colorado Boulder, Boulder, CO 2016 - Present 2015 - Present 2013 - Present 2013 - Present 2012 - 2014 2012 - 2514 2011 - 2014 2011-2012 2011 - 2012 2011 2010 - 2011 2010 - 2012 2010 - 2013 2010 2010 - 2013 2010 - 2011 2009 2009 2009 2009 2008 - 2013 2008 - 2009 2007 2006 - 2007 2006 - 2007 2006 2005 2004 2005 2003 3200 Bluff Street Mixed -Use Development, Boulder, CO Montana State University Dining Hall, Bozeman, MT Julian B. Lane Riverfront Park, Tampa, FL Twin Silo Park, Fort Collins, CD Filing 19 Streetscape, Lonetree Schwab Corporate Campus Design Competition, Denver, Colorado University of Colorado Boulder Student Recreation Center, Boulder, CO Stapleton Office District Master Plan, Denver. CD River North Park Master Plan, Denver, CO Incheon International Airport Passenger Terminal 2 Design Competition, Seoul, Korea Edmonton City Centre Airport Lands, The Master Plan Competition, Edmonton, Alberta Colorado School of Mines Student Health Center. Golden. CO Byron G, Rodgers Federal Office Building, Denver. Co Westcliffe Events Center, Westcliffe. Colorado Salt Lake City Public Safety Building. Salt Lake City, Utah Main @ Washington Urban Design Master Plan, Greenville, SC Museum Park Miami, Miami, FL Centennial Greenway, St. Louis, MO North Las Vegas City Hall, North Las Vegas, NV San Diego River Master Plan, CA Sanford Consortium. for Regenerative Medicine, University of California San Diego, CA San Jose International Airport, San Jose, CA Irby Park, Huntington Beach, CA Solterra, Lakewood, CO Maryland Creek Ranch, Silverthorne, CO GDldbranch, Niwot, CO I<Iowa Ridge, Estes Park, CO Lindsay/ Shafer Residence, Boulder, Co East Park Office Building, Boulder, CO 4 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 JOHNSON, MARKW 1200 BANNOCK STREET DENVER CO 802043631 Congratulations! /0015 llos 0eense you became one al Ms musty Promillion Floridians licensed by the Department of Business and fesslonat Reparation, oaf proleaa,onnis end businesses range from arahgaels to yacht brokers., }foul btlx0s le boroeque ,onourar115. end they keep Florida's e0enenly strung. Omni clay, we work to Improve the way we do business in order lassies you hotter. For lolurnw4,onaboot our Services, please log arila www.myfaridsbeen0s.aaln Then you Can Imo morn information about our 0NIoinno and I/O re®nlakono Ihsl ironed you. subsoride to department newsletters and Wan, mare about the Depart rem•s muiauvas. Our mission at Department is' License efficiently, Regulate Feely. We renslenny skive to serve you b0ler sib eel you can rrvc yaw cusrwners. Thank you for doing nusiness in Fronde. and congratulations on faun new Seensel RICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL- REGULATION LA0667016 ISSUED, 11124(2015 REGISTERED LANSSCA1'k A{1CHITEO JOi1N50N, MAN µ W a, - 1145. fCGISTCREG,i,necr me pror,s,ons of Cn eel FS DETACH HERE KEN LAWSON. SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE LAL0ciei6 The LANDSCAPE ARCHITECT I Named below HAS REGISTERED Under the provisions of Chapter 411 FS, Expiration dale NOV NO.2017 JOHNSON, MARK W 1206 BANNOCK. SIRE DENVER CO I55JFO I112e2011 DISPLAY AS REQUIRED BY LAW SE(); L1.24x01510 134 135 QUALIFICATIONS OF PROJECT MANAGER COLOR A DO nopa,tment or Regulatory Agencies ia.,aaw. el rm ..rpm ma Ca axlnns iird] in rise :,; F'r.i# .;` y,.uo YWI can eiSa print ado.govldora!DPO Prink_License n„d lelkawln5 the i.,_rrur.u.xi: nsn.cl, Ir ,,, ..turaIl1I1 wallal CAii$ nptlrm. rrnr,;In aidern-r for .n fee, Syv vMN;n,ls .. ,....,i., .l:., I.• „„ Iirtar.lingthe ''Calm l,d-sI.,erlits•Carats"im tiv, ,eft. I rand sole of C1c Iragn It 7;ynl11:t lIAS,A lay lalrlrv:.t l.fetN `ai:37 or by rtn,ad al naobaslore0olaelll,erg. toNllll 0S41 Moor Call ervlira about your tilt lnrinal [. Deed c.t ,r tnlC.rnwtinn t=ceit C,inl.ert can Lintr•Irev Solve Teanl at AIAi•1491.'gen nr doia_registratioroxestate.co.us. Colorado Department of Regulatory Agencies Division of Professions and Occupations Color,nln Stale 9o.e ui ia„dia+pir A,cl,nvie� Robin Lynn Rooney Norcross Landman, Architect LA.litiu9711 oltoasu17 Number Issue Date A1O1e 12421/101R Credential Stales Expire Date vcttfy ens 4:teen/Ile at: v.+,w. c0ri ado. 0ol1dwa/4po I {fti:,rrhr -• I I Division DirectarPearme Hann Credential Haider signature 136 Colorado Department of Regulatory Agencies Deetslon of Professions and Occupations Colored{' Sizes Rua. of Landscape Aro vierls -Robin Lynn Rooney Norcross Landscape Architect 01.0010211 01/91/2917 Number PIUS Date 11r31/1013 Credenitaicredential Status tavidor bate verity this credcntul at: rrr.v.eelnr:,de.rav2dwardpo Division Dneaw Ronne Hewes Credentul Holder S,gnalure City of �#titit PROPOSER'S QUALIFICATIONS Daniel J. Alfonso City Manager To Whom It May Concern Subjeol: Reference Letter for Project Manager, as defined in RFQ No. 16-17-003, The Following Section to be Completed by the Proposer. Name of Proposer. Clvllas Inc. Name of Proposed Project Manager. Robin Rooney Norcross The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been Issued by the City of Miami, 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. Youi insight is appreciated. Name of Project' Julian B. Lane rtvelfront Park The Following Section 10 be Completed by the Project Owner. Scope of Work for Referenced Project: renovate entire +25 acre urban park Value of Project. 342.0o0.000i Value of Constriction: g 35p00,000+ Type of Project' ❑ Design-Bid-Buikl 6 CM@Risk ❑ Design -Build ❑ Other Construction completed on time and within budget: Q Yes ❑ No How long did the proposed PM serve in the capacity as PM an this project? +3 Pis Duality of Design: ❑ Above Expectations 0 Average ❑ Below Expectations Errors and Omissions: © Above Expectations ❑ Average 0 Below Expectations (Above expectations indicates rower errors and omissions then anticipated by Probed Dorrer.) Did Errors and Omissions result in increased construction cost? ❑ Yes 0 No Was the PM responsive? E Yes 0 No Was the PM timely with reviews and submittals? 10 Yes 0 No Did the PM effectively resolve issues in a timely manner? El Yes ®No Please type in the field below to provide comments (Please use the a@a91Wd additional page, as necessary). PM performs with very high levels of Client Service, Team Leadership, Community Coordination, Design Fxpertise and Administration / Monitoring through the construction process. Name of Project Owner Ckyof Tampa Name of Project Owner's Representative. Kevin Henika Signature of Project Owners Representative: /rjvg�t Title: Project Architect Telephone: 613-274-5671t Date: 6'7'2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: roulrilienitasvtampagov.net idFD.l1M-n Revisor/ griligela 137 wr..r..Y' ...rwr .r Wiltit2A WA Julian B. Lane Rive front Park, Tampa, Cfvitas DESIGN APPROACH AND PROCESS Request for Qualifications Proposal Design Approach and Process RFQ Title: Design Services for a Flex Park at Virginia Key RFQ Number. 1617-003 Name of Proposer: Civitas, InC, In the space provided below respond to the requirements for Design Approach and Process as specified in the RFQ. Project Understanding The design of the Flex Park must meet many challenges. Access to the site is limited to one vehicular entry, and with certain uses demanding high levels of access {Boat Show, stadium events and similar) there Is the potential for congestion at the intersection with the causeway, and of course the residents known concern abouttraffic and congestion in general. The site is large, open, flat and already structured and configured for the anchoring, tenting and access demands of the Boat Show.The vehicle loads and maneuvering demands of the Boat Show are significant; yet today these are the only influences on the site. We will need to work carefully with the City Planning and Parks Departments to ensure that all agreements and operational requirements of the Boat Show are understood - but also we will need to understand them so that we can begin to find ways in which other means might be provided to allow the park to truly "flex" or adapt, from one use to the next. The public at -large, and the residents of the Keys deserve more from this site than the large expanse of sun- baked pavement that exists. Re•purpasing and activating the Marine Stadium will help, but more soft spaces, more landscape, more shade, more pedestrian scale and circulation, and more scales of natural and programmed events are essential for the Flex Park to actually be used, and perceived as a park. Adaptable and portable furnishings such as those that Civitas designed for the Broadway Pier in San Diego, are probably essential. In that case we designed planters„ tables and benches that are all designed to be moved by forklift. On days when the pier has no ship in port, the furnishings are arranged to support pedestrian comfort, but on cruise ship days these same pedestrian furnishings are aligned along the wharf to created the MARSEC Level 3 security barrier between the public and the cruise ship itself. Systems such as this can be expanded to become assemblages of public furnishings that support shade structures, gatherings and small events. We have also designed other spaces such as the North Embarcadero, Commons Park in Denver, and Library Square in Salt Lake, where turf or planted surfaces are either roped off during events or replaced after the largest events. Flex Park needs large areas of lawn for relaxing, gatherings, and perhaps informal sports. Can thew turf areas be structured with soils and drainage that will allow them to be fully covered for the month of the Boat Show, or should the area be graded, edged, irrigated and configured to support easy removal and replacement of the turf areas every season? Although costly and not sustainable per se, flexible uses of turf using sports turf technology are well developed in sports stadiums and other high impact venues. Another consideration may be devetopment of a portion of the Flex Park, most likely the areas closest to the water, to be more specialized in design - Imagine for example that a park area including lawns, plantings and even topography might be designed to support daily and weekly use; while also being convertible to a specialized use during the Boat Show? Perhaps this could be come an outdoor, uncovered portion of the Boat Show that places the most advanced and unique boats and products into a more natural setting, (at lower density than existing, of course) to make the area more unique. Access to and along the deachfrontis also critical. There must be a continuous promenade, which might be interspersed with substantial shoreline restorations including mangroves and decks, walkways, small. amphitheater spaces and other events that poke through the natural edge into the water. Kl'tt-11N' DESIGN APPROACH AND PROCESS Request for Qualifications Proposal Design Approach and Process Please utilize the space below. as necessary. Approach to Community, Programming and Design One key challenge of public space design Is the development of the program. How much of the site will be active, passive, or reserved For special purposes? How will the program balance daily park users with a need to generate revenues on she to support park management and maintenance, and what is the role of the rowing dub, the stadium, and the regional bike and trail systems in supporting or configuring the Flex Park? Each of these questions must be raised and illustrated so that people can understand and debated them in open forums. We will work with the client to establish an organized approach to public and stakeholder outreach that fits within existing expectations, but which also ensures that we hear from more than the usual voices who sometimes dominate an outreach effort. Working with City staff and Charese Chester of Creative Media Visions, we will develop a proposed outreach program and schedule that has at least these components: 1.One-on-one and small group meetings between the design team, stakeholders, agencies, the Virginia Key Advisory Board, and others, We find that beginning with small meetings is most effective in understanding the Issues and establishing trust that the design team cares, and listens. 2. Regular meetings with the Virginia Key Advisory Board, scheduled to move from investigation, issue identification. program options. design options, and final design. We have found that a planned sequence of decision points is very helpful to move projects forward with minimum side tracks or delays. 3. At least three open public meetings to present issues, ideas and findings as a sounding board for the project and totontextuallze the discussions of the Board, 4. Facebook and Clty"beted web page vehicles to provide ongoing project information and feedback. Our experience in recent years finds that a Facebook page is a valuable tool to inform and get feedback from many people who don't engage in person or who dont want to go to official websites. Facebook is a double edged sword. allowing opportunities for opponents or those with other agendas, but without a Facebook presence the project can become vulnerable to "fake news", We have to get our message out! 5. A coordinated media strategy that piggybacks with the City's larger efforts at public information and outreach. It Is essential that a plan and protocol for media relations are in place at the outset of the project rather than to become reactive. Approach to Agency Relationships Whenever possible we find that projects proceed more smoothly when the client establishes a Technical Working Group of individuals from each affected agency. We recommend establishing a scheduled sequence of meetings that address the same topics that are scheduled to be addressed with the Advisory Board; however it is Important that Technical Working Group meetings precede the Advisory Board by roughly two weeks in each case to allow issues to be understand and addressed before going to the Board. The Technical Working Group meetings are interspersed with one-on-one meetings with the agency representatives as needed. Approach to Effective Supervision of the Design Team Effective team management results from realistic scheduling,clear communications, timely reporting. and rapid response to any activity that is falling behind. Civitas is known for our responsive and effective approach. A two - tiered approach to management is most effective. At the first net, Mark Johnson will act as overall Project Manager and leader, setting expectations, and schedules, and being the first line of communication far the content of the work for every discipline. The second tier will be supported by Robin Norcross, Deputy Project Manager who will work daily on the specific coordination of information, response to issues, reporting on progress and identification of conditions that require attention, Monthly reporting by both tiers to the client are further essential to tracking and predicting outcomes. HI V-I 1AI' 140 141 TECHNICAL CAPABILITIES AND METHODOLOGY TECHNICAL CAPABILITIES AND METHODOLOGY Request for Qualifications Technical Capabilities and Methodology RFQ Title: Design Services fora Rex Park at Virginia Key RFQ Number: 10-17-o03 Name of Proposer: Civitas, Inc. In the space provided below respond to the requirements of the RFQ regarding Technical Capabilities and Methodology. Environmental/Sustainable Design Civitas has a long history of leadership in the application of green design, environmentally and operationally sustainable practices in park design. These practices Include an emphasis on sustainable management of stormwater to improve water water quality and slow rates of runoff; local sourcing of materials such as pavements, plants and furnishings; maximum use of low energy LED lighting and light levels that reduce energy consumption and light pollution; and design practices and details that minimize the need for special maintenance or replacement practices. Value Engineering Value engineering begins with the start of every project. It is not an afterthought that is used to bring projects into budget after budgets have been exceeded! The most important step in the process is to begin by learning the materials, installation and maintenance methods, and maintenance issues that the Parks Department currently experiences. No on understands the true value of materials and details better than those who maintain them. We build design from the most current local best practices, and when new materials or practices appear promising we work with Park staff to ensure that everyone agrees in what steps will be taken to ensure that maximum short and long term values are achieved. Value engineering reviews are held with the client team in the schematic design phase of work to ensure that decisions regarding costs and value are addressed early. Timely Completion of Project Phases Civitas applies proactive management practices to maintain project milestones and schedules across the design team. We rely on Microsoft Project to track progress and ShareFlle to maintain constant collaboration, file sharing and information transfer, But the real secret to responsive and timely delivery is project leadership that establishes consistent, dear and responsive decision -making. When a project team knows that the leadership of the project, including client and design team leadership, is responsive and accountable, the performance of the entire team improves. Quality Control Quality control is more than checking drawings for errors and coordination issues. Quality control begins with maintaining clear decisions and communications so that each member of the design team, and of the contractor on -site, know that information will flow to the right people in a timely fashion. When information is timely and reliable, each member of the team or contractor can begin preparing the studies, shop drawings, submittals or other elements that they are responsible for without fear that they will be duplicating their work. Scheduling of deadlines and submittals must also account for the time necessary to provide red -line coordination before each submittal and revision of each team members work in time for submittals to be complete and accurate. In the field in construction, clear protocols for reporting, submittals and review are fundamental to quality control. There must be a clear and reliable communications between the client, contractor and design team to ensure that proposals. for value engineering, substitutions, or construction means and methods are identified early enough to allow proper consideration and decisions that maintain overall project value and quality. RFQ-T Request for Qualifications Technical Capabilities and Methodology Please utilize the space below, as necessary. Capacity to Provide On -Call Services Civitas has performed dozens of projects through on -call, task -based agreements. We have both the capacity to bang resources to the project - with multiple staff members in-house who can lead design, detail, do technical studies, write specs or estimate costs - and we have the agility to realign people to focus them on deadlines and urgent tasks as-needed.This ability is enhanced by our total of 33 years of firm experience supported by multiple staff members who have been with the from for more than ten years, Compliance with Program Requirements Each member of our design team is technically proficient In the regulations, codes and standards of the industry. Our team is constantly designing and building projects, which keeps us current in the ever -changing methods and best practices for each discipline. Compliance with the Virginia Key Master Plan Is fundamental to the concepts, program and overall design for the project; but that compliance will be measuredagainst the interpretations of the Master Plan that may be held or asserted by various stakeholders and member of the community. Respect for the attributes of the site, and the particular sensitivities of the history, landscape and ecology of Virginia Key are at the foundation of our approach to design. We take these conditions as givens that we can enhance and expand upon to ensure that our work resonates with the place and feels deeply fitted and authentic to the community. Prior Experience with Governmental and Park and Recreational Facilities Civitas has designed dozens of parks, public spaces streets and recreational facilities across the country. Most recently we are under construction of a $3fi million park in Tampa. This park includes a new building that will house dragon boats, crew boats, paddleboards and canoes in a Parks Department operated paddle center; a community center an the upper floor; a newly constructed, wake -protected paddle pool for learning; a major playground with water play; and new tennis, basketball courts and a football held: and large areas for gatherings, picnicking and local performances. Civitas is currently completing design of over 300 acres of park space in Denver at the former Stapleton International Airport redevelopment site; is designing a recreational lakefront in Wayzata, Minnesota; is about to begin design development of a major playground and water play complex in Finlay Park, Columbia SC; and is in concept design of a 70 acre community park for the City of Calgary din addition to our prior work at St. Patrick's Island Park). RFC-T 142 143 t 44°-" ? r: - St. Patrick's Island Park, Calgary, CivIltas QUALIFICATIONS OF LEAD DESIGN ARCHITECT 4 .0 0 0 d L 0 m 0 ❑ d J 0 0 0 a 0 E m e Z o 2 0 3 z 0 0 0 x , .. o m a 0 0 a a Q E E LL N RI CC Z Z 300 17th Street, Miami Beach FL, 33139 Address of Project: 0 Project Owner Contact Name: Fussell Galbut Name of Project Owner: vnieves@crescentheights.com Project Owner Contact E-mail address: 305-374-5700 ext 7355 m 0 0 Basis for Difference in Value: 0 z 0 0 0 m 3 a 0 m 0. l0 0 0 U a N Basis for Difference in Value: m u a June 21, 2017 co iv ❑ 0 Printed Name QUALIFICATIONS OF LEAD DESIGN ARCHITECT Request for Qualifications Qualifications of Proposed Lead Design Architect Kaskades Suites at Gale Kaskades is a historic boutique hotel that underwent substantial renovation and modifications to meet the performance requirements of a local hotelier. The project is exemplary of our understanding of the evolving nature of design. Originally a historic garden -style typology, the Anal project preserved those key elements while still maintaining the highest levels of luxury. An additional third floor and roof deck were added atop the structure, and the building was effectively "raised" from the foundation to the roof - except the exterior walls remained in place, The ground floor was relocated by reconstructing it at a higher elevation and was effectively hidden In the massing and layout of the typology itself - a navel approach to raising the ground floor in order to meet new resiliency standards. The project was finished in 2014. 146 147 0 0 C 148 QUALIFICATIONS OF LEAD DESIGN ARCHITECT �o`9a O = E a �'m E co _LL ° LLB cr¢ a-c c N N O N t 3 0 v ''cow m o 0 a aov w m o L� N y � O c N t Cl O O L Di a�0 a '2 .� N t 0 E C V C O Q E 2 "`^mc c _ _ c a`+ m a co t E as O 4u t c G a 'a cLLE ` LL o Q a c 4 d E en 0�p t U E 3 d CCtl LL [LLB' m O d ry U a a1 d 2 a L 5. E o a y. 'Et- a y 8 y U n Robot J Alfredo Ruiz Name of Proposed Lead Design Architect: s@ctescentheights.com L R a a 0 4, 7 O 0 m Printed Name QUALIFICATIONS OF LEAD DESIGN ARCHITECT Request for Qualifications Qualifications of Proposed Lead Design Architect GOO Afton Road GOO Alton Road represents a significant achievement for the understanding of typological morphology. The entire 3.5 acre site, representing the largest continuous land -assemblage in Miami Beach, is raised several feet above base flood elevation. The integration of this new "'topside" with preserved access to sidewalks, streets, and the public realm, at a change in elevation of almost five feet, is a masterful example of how good design can meet functional, aesthetic, and ecological goals. The project is also under permit review at the City of Miami Beach, and has undergone extensive coordination of pump stations, and the wholesale redesign and raising of 6th street and West Ave. 149 QUALIFICATIONS OF LEAD DESIGN ARCHITECT y O = a m m E LL � -t �CJ4 LL 4 L_ 6 J3 �a-oE cdmc`aL m_•E6m 4_ 0 c.C C ry a TS 4 ▪ 0 q0 2 ry = w d ▪ w ▪ L € 0 0 ? 0 C N 01L m V.�t mo o a U d a 'E a m m '2m m m v , t E a M o 0 o 00E o 0 LL O L L a m a a a("±''a c a -o amy ▪ a E E m 5 v A m LL o m . Y n �v(0LL 04 aa4 o t,o n d w c) ao mr0� a a O y N v U aJ m E a � a8 r y N 0 0 N N h N N a m E a o w E it 1 0) (0 0 150 o 0 a re a .0 a N s 4 N m J 20.1 a E z x L `a i 0 4-4 z Value of Design Fees (if app Basis for Difference in Valu 4 0 R 0 4 Value of Construction Of appl L 4 z m d a 4 0) Gerald Woad Printed Name QUALIFICATIONS OF LEAD DESIGN ARCHITECT Request for Qualifications Qualifications of Proposed Lead Design Architect Bayside Motor inn The Bayside Motor Inn is a historic boutique motel located along Biscayne Boulevard's "MiMo" corridor. This motel, along with others, contributed to the growth and of the motel industry along Biscayne, in partirular with eye-catching signage as a way to differentiate itself from the rest of the corridor. In this way the new construction portion of the project also pays homage to that idea. By combining mid-century folded plate elements and the traditional solution to mitigating the parch tropical sun, the scaled brise soleil becomes the signature element along Biscyane corridor, and still finds relevance with other historical, motel signage along the corridor. 151 QUALIFICATIONS OF LEAD DESIGN ARCHITECT 1Lttp of jRiianti s� ry Daniel J. Alfonso City Manager To Whom it May Concern: Subject: Reference Letter for Lead Design Architect (LDA). as defined in RFQ No. 1&-17-003. I Ili. I ulluwatg Sechon to bu Cnnlplc:led by the Proposer. Name of Proposer: Civhas Name of Proposed LDA: Urban Robot/ Alfredo Ruiz, RA 491805 The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Lead Design Architect The Proposer is requesting that you, es the Owner of the referenced project, provide Me following information as well as any other pertinent information. Your insight is appreciated. Name of Project: MO Alton Imlxed-use: residential, retail, garage) I hi•. I IA11,1nntl zScickon to lee Gunlpleled by the Project UW1101. Scope of Work for Referenced Project: Arrhitert of Rerun r Prayer[ Manager Value of Project' 3confidential Value of Construction °0 $1:0°°•00° Type of Project 0 Design -Bid -Build 0 Chit Risk 0 Design -Built 0 Other ( ) Construction completed on time and within budget: 0 Yes 0 No How long did the proposed LDA serve in this capacity on this project? 2 years (not yet under construction) Quality of Work: 0 Above Expectations 0 Average [l Below Expectations Errors and Omissions: 0 Above Expectations 0 Average 0 Below Expectations (Above expectetwns Indicates Fewer error, and nmissrms Iran anhapaled by PitouLt ()wrier ) Did Errors and Omissions result in increased construction cast? 0 Yes [l No Was the Lead Design Architect responsive? 0 Yes I] No Was the Lead Design Architect timely with reviews and submittals? 0 Yes la No Did the Lead Design Architect effectively resolve issues in a timely manner? ❑x Yes 0 No Please type in the field below to provide comments (Please use the attached addidonnl page as nnaataryl I've worked with Urban Robot on numerous successful projects. During Design, they understand the balance between beauty & budget. During C&they are responsive in dealing the challenges of everyday construction. S look forward to working with them again and I wouki recommend them lathe City of Miami Beach as LDA. Name of Project Owner, South Reach Heights I, Ll.0 (affiliated w/ Crescent Heights) Name of Project Owner's Representative- Victor Nieves Signature of Project Owner's Representative: ‘irSi I \Y. Olt/ 7'7/j 7 Title. Construction & Design Manager Telephone: 305-487-0269 mail: Date: aw22117 Sincerely, Annie Perez, CPPO Director Procurement Department vnie eesstanewenthelghts.com RFaa.11A-R Revrad dr r5i2a In QUALIFICATIONS OF LEAD DESIGN ARCHITECT Citp of 14 b a�4£ To Whom It May Concern: Subject: Reference I otter for Lead Design Architect ILDAI, as defined in RFC No. 16-17-003. 'ills Ftlljewing Section 12 he Do,. it try Iln; i+ia)ii1Ser. Name of Proposer: ChMas Name of Proposed LDA: Lisbon Robot /Kit/ado Runt, RA Icy1005 The above referenced Proposer is responding to a Request for Qualifications (RFD). that has been issued by the Cray of Miami. We require that the Proposer provide written references for their proposed Lead Design Architect. The Proposer is requesting that you. as the Owner of the referenced project, provide the following information as wail as any other pertinent information. Your insight is appreciated Name of Project: Ray1ide Siatartnn The r nilavaing &Orrin In hn f:arnpleted by ]Ile PI OjaCt Ctwner Scope of Work for Referenced Project: Architect lit Record l Prolcrt Man Wier Value of Project: $ 19.000AOeAe Value of Construction: $ 6,0`Ignnn 00 Type of Project' [ Design -Bid -Build 0 CMlRusk 0 Design -Budd El Other ( Construction completed on lime and within budget: ® Yes 0 No How long did the proposed LDA server in this capacity on this project?orxfolnq, project not yet completed Quality of Work: 0 Above Expectations 0 Average LiBelow Expectations Errors and Omissions: 0 Above Expectations ❑ Average 0 Below Expectations (Above awec;arrone Indicates twee ernes rand omissions the-- enddpeled aY Protect Omer ) Did Errors and Omissions result bt increased construction cast? 0 Yes 0 No Was the Lead Design Architect responsive? 0 Yes 13 No Was the Lead Design Architect timely with reviews and submittalg? 0 Yes 0 No Did the Lead Design Architect effecliveiy resnive issues in a timely manner? 0 Yes © No Please type in thermic! below to provide comments "ass Free the atmdled rdddbrsl page. so recessaryl.. Urban Robot provided ninety, coordinated design efforts leading multiple disclphnes.Cotstrucncn Is ongoing. the project is not yet completed Wien Rolm was contra tact For design services because of their ability to tornbrne contemporary deign wish helot it buildings. REPO was very pleased with the final result Name of Project Owner: 5101 siscayne Name of Project Owner's Representative: Seth He Signature of Project Owner% Representative: T life: rNanager Telephone- 3rs549)-7748 Dote: 6/2112017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: S1i`4tarithellerandrompanycom RFO LOAR Revere at5r2045 152 153 QUALIFICATIONS OF LEAD DESIGN ARCHITECT QUALIFICATIONS OF LEAD DESIGN ARCHITECT Q1 tp Of firtiatni Daniel J. Alfonso City Manager To Whom It May Concern' Subject: Reference Letter for Lead design Architect (LAA), as defined in RFO No. 16-17-003, the Following Self+.1n lu hn Comp el d by the Propennr. Name of Proposer, CWitas Name of Proposed LDA: Urban Robot/ Alfredo Ruiz, RA 1191005 The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Mami We require that the Proposer provide written references for their proposed Lead Design Architect. 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_ NameOf Project: Kaskades South Reach Ihote ) I hr, F uthavni tJ SC1[Ihn rr to be Gorki:l lus] (?y the 13rofnct Owner, Scope of Work for Referenced Project Architect ofRecnrd l?inject Manager Value of Project, $confidential Value of Construction: $ 11,000,000 Type of Project 0 Design -Bid -Build ❑ CMiPisk ❑ Design -Build ❑ Other { Construction completed on time and within budget CI Yes ❑ No How long did the proposed LDA serve in this capacily on this project? 2 years (design/Construction) Quality of Work ID Above Expectations ❑ Average ❑ Below Expectations Errors and Omissions El Above Expectations ❑ Average C] Below Expectations (Above expectations rndrratas fewer errors and onissronr than anticipated by Protect Owner ) Did Errors and Omissions result in increased construction oast? ❑ Yes No Was the Lead Design Architect responsive? El Yes II No Was the Lead Design Architect timely with reviews and submittals? cj Yes 0 No Did the Lead Design Architect effectively resolve issues in a timely manner? IJ Yes ❑ No Please type in the field below to provide comments (Please use the attached additional pageas necessary). he worked with Urban Robot on numerous successful projects. During Design, they understand the balance between beauty & trudgeL During CA, they are responsive In dealing the challenges of everyday room,-tinn. l took fnnvarri to working with them again and 1 would recommend them to the Ciryot Miami Beach as I.DA. Name of Project fawner: 3110-17 Inveanr nt.r.LC (affiliated w/ Crescent Neighed Name of Project Owners Representative: WierH. revel Signature of Project Owners Representative: 01,1 L a/ - Title' Construction & Design Manager Telephone:305487•0269 E-mail vnievesracresrmtheightscom Dale: 06/22/17 Sincerely, Annie Perez, CPPO Director Procurement Department ) RFO.1 rid-R ReMced 8115+201d EDUCATION Master of Architecture and Urban Studies, University of South Florida. Bachelor of Science, Architectural Technology, Florida International University REGISTRATIONS Registered Architect, Florida, ARy 91605 MILITARY SERVICE United States Marine Corps 1988-1994 CURRENT TENURE 3 years INDUSTRY TENURE 20 years WORK EXPERIENCE Urban Robot 2014-2017 Ana Alleguez Architects 2013-2014 Architect Consultant for US Coast Guard 2012-2013 CSAgroup 2006-2012 Brown&Brown Architects 2003-2006 Zyscovich Architects 2000-2003 Fullerton Diaz Architects 1997-2000 ALFREDO RUIZ, RA As a project manager/architect for Urban Robot, Alfredo shares the firm's vision for a Fresh design methodology but also enjoys the delivery process of nurturing a project from its Inception to finality - a critical component for client satisfaction and ultimately for the betterment of project/site. Conducting business in a professional manner at all times is paramount. Effective communication, carefully executed construction documents, prompt feedback on time sensitive issues are critical. As a LFED-AR Alfredo is acutely aware of the positive impacts of site design carried out with a sustainable approach. RELEVANT EXPERIENCE 600 Alton Road Mixed -Use, Miami Beach, FL Head of the production team in the design development and construction documents for a mixed -use multifamily residential project carried out entirely using BIM software. Duties included the extensive coordination with standard structural, mechanical, electrical and plumbing engineers. Extensive coordination with civil engineers, Florida Department of Transportation, City of Miami Beach and contractors responsible for roadwork and utility improvements over major arterials abutting the 4.5 acre site. Roadwork improvements included widening and rerouting of lanes to improve traffic flow, including adding landscaping, street parking, bike lanes, and lighting. Utility improvements included adding various pump stations to the existing storm water system. Project Date: 201 S -Present j Client Reference: Victor Nieves, vnieves@acrescentheights cam Bayside Motor Inn. Miami, FL Head of the production team in the design development and construction documents for a mixed -use retail and office project executed entirely using BIM software. Extensive coordination with engineers. Coordination of City of Miami's Historic & Environmental Preservation Board application (REPS). Project date:2016-Present I Client Reference:Seth Heller. shellerpahellerandcompany.com Miramar Readiness Center, Miramar, FL The project program was tailored to meet the Florida Army National Guard's unique requirements for combat readiness and local emergencies. Security was a critical issue, including adapting an Antl-terrorism Force Protection protocol that Impacted site and building planning. The design aesthetic had to be in keeping with the Mediterranean Revival style required by the City of Miramar. The project achieved LEED certified silver rating. Project Date: 2011-2012 j Client Reference: Lt. Cot Kevin M. Holiday, Department of Military Affairs, kevin.m.holiday.m ibemail.mil 154 155 QUALIFICATIONS OF LEAD DESIGN ARCHITECT STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION AR91805 `:ISSUED' 02/13/2017 ARCHFIECT RUJZ, ALFREDO A' OS LICENSED under the preuls€ons of Ch461 FS 0pra00e Del® 000 20 2019. t1700100001192 156 c O N 4: o'� O N d O LL O Eo yom ia V a �cr 000 mau_y 2`o E o y ❑ m E yn = E a y C 9 u a r •E u m a • a q K a � a W C • c V y O `1 a O E O 0.4 1° c 1E.2 N 2 a m a- U 5 v .0 as a 2 O o N v6Eo m 76 a w o ;ram g c � a p a N T • 5 a m a :> 0c E '` U as • mao T A y v a } ao u p o % E u. as c m m a E y 00 N 7, `m a a LL oE as O a�;00m� E 0 a w a w a v a 14 I. R m i E 14 V .5 O C j a 5 • U rn w a G .9 a • a cl d0i 0 a'O v a , M E c o a ❑ 'o c Yi gui' .. a `L O U ` 8 c za a v E G 10 a .c o a 9 � 0 m n o ?. H a o. • a C c 0 u 2 u Q O 0 m7 ayca oi'a ,_ a atou 7. a a - OO a E a r 0 o E 0 0 0 y o C aE E V E. E p `a_ t 0 z z a z o. m` '3 0 x d ra a 0 a a C, 0 a 0 E m Z E 5 V z C 2 2 QUALIFICATIONS OF URBAN DESIGNER Value of Design Fees (if applicable): Awarded: Basis for Difference in Value: z Value of Construction (if applicable)- Awarded: El Z 00 Project Completion (no. of calendar days): Projected: Was work D a '9 a N m Printed Name 157 Request for Qualifications Qualifications of Proposed Project Manager Instructions (Please uRlize the attached additional page. as necessary) D Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal Z served as the Project Manager. as defined in the RFQ, for the stated projectslphases. Each project submitted should be of equat or greater 0 scope, size, and complexity. Provide at required information and submit this Form for each project, as required by the RFQ. Failure to submit -n a completed Forts for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-PM-R must be completed C for each Form RFQ-PM submitted. 37 W RFQ No.:16-17-003 RFQ Title: Design Services for a Flex Park at Virginia Key Z Name of Proposer: Civitas, lnc. Name of Proposed Project Manager: Mark W Johnson Q r AName of Project: North Embarcadero LA San Diego Waterfront El of Project: Z Port of San Die o Shaun Sumner R! Name of Project Owner: g Project Owner Contact Name: XI Project Owner Contact Telephone No.: Project Owner Contact E-mail address; Brief Scope of Project (additional space provided): Redesign urban waterfront into public space while including ongoing maritime operations, cruise ships Value of Design Fees (if applicable): Awarded: Actual: N/A 0 Basis for Difference in Value: Scope increase due to legal challenges to project by California Coastal Commission Value of Construction (if applicable): Awarded: Basis for Difference in Value; Subsurface sods, utilities and debris Actual: N/A 0 Project Completion (no. of calendar days): Projected: Actual: NtA El Type of Project: 0 Design -Bid -Build El Design/Build 0 CM@Rdsk 0 Other (specify): LEED or Green Globe Certified Project: 0 Yes 8 No If yes, level of Certification: Was work uerformed as an employee of the Proposer? El Yes 0 No By: June 26, 2017 Signature of Authorized Officer Date Mark W Johnson President Printed Name Title RFQ.PM Request for Qualifications Qualifications of Proposed Project Manager InSiruCtlonS (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 Project Manager, 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-PM-R must be completed for each Form RFQ-PM submitted. RFQ No.:16-17-003 RFQ Title: Design Services for a Flex Park at Virginia Key Name of Proposer: Civitas, Inc. _ Name of Proposed Project Manager: Made w Johnson Name of Project: St. Patrick's island Alberta, an Island in the Bow River in Downtown Calgary Address of Project; Calgay, Name of Project Owner: Calgary Municipal Land Corporation Project Owner Contact Name: Katerbompson Project Owner Contact Telephone No,: 403-465-4295 Project Owner Contact Email address: kthompson@calgarymlc.ca Brief Scope of Project (additional space provided): Redesign of a failed existing park, troubled with homelessness and crime, into a. world -class destination Value of Design Fees (if applicable): Awarded: Actual: N(A 0 Basis for Difference in Value: Value of Construction (if applicable): Awarded: Actual: N/A 0 Basis for Difference in Value: Project was subject to 500 year flood event requiring re -start and revisions to partial construction Project Completion (no. of calendar days): Projected: Actual: N/A 0 Type of Project: 0 Design -Bid -Build 0 Design/Build 0 CM@Risk fl Other (specify): LEED or Green Globe Certified Project: 0 Yes 0 No If yes, level of Certification: Was work performed as an employee of the Proposer? 0 Yes 0 No By June 26, 2017 Signature of Authorized Officer Date Mark W Johnson President Printed Name Title RFC•PM QUALIFICATIONS OF URBAN DESIGNER QUALIFICATIONS OF URBAN DESIGNER City of fElionit To Whom It May Concern: Subject: Reference Letter for Urban Designer (UD), as defined in RFQ No, 16-17-003. Danlet J. Alfonso City Manager The Following Section to be Completed by the Proposer. Name of Proposer: Civitas, Inc. Name of Proposed UD: Mark Johnson The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references far their proposed Urban Designer. The Proposer is requesting that you, as the Owner of the referenced project, provide the following information as web as any other pertinent information. Your insight is appreciated. Name of Project: Denver Commons Park The Following Section to be Completed by the Project Owner. Scope of Work for Referenced Project: Urban design of former roll switching yard Indudlny a new 19 acre park, t Value of Project: $20,000.000 Value of Construction: $1tCncnco Type of Project 0 Design -Bid -Build 0 CM@Risk 0 Design -Build 0 Other ( Construction completed on time and within budget: 0 Yes 0 No How long did the proposed UD serve in this capacity on this project? 1996.2001 (including Master Plan) Quality of Work: 0 Above Expectations 0 Average 0 Below Expectations Errors and Omissions: j] Above Expectations 0 Average 0 Below Expectations (Above expectations indicates fewer errors ono omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? 0 Yes 0 No Was the Urban Designer responsive? I7 Yes 0 No Was the Urban Designer timely with reviews and submittals? 0 Yes Ed No Did the Urban Designer effectively resolve issues in a timely manner? 13 Yes 0 No Please type in the field below to provide comments (Please use the attached additional page. as necessary); Name of Project Owner: Denver Department of Parks and Recreation /City and County of Denver Name of Project Owner's Representative; Bar Chadwick t1 t, y Signature of Project Owner's Representative: UJTC.Y..—.. Title: 5pecral Projects Manager Telephone: 72ii,913.g643 Dale: 6/26117 Sincerely, Annie Perez, CPPO Director Procurement Department 160 E_maR: bar.thadwlckgnienvergov.org RFQ-i}a-R Reared 9)16r2e16 QUALIFICATIONS OF URBAN DESIGNER (! tv of Ifiliatni Daniel J Alfonso City Manager To Whom It May Concern; Subject: Reference Letter for Urban Designer (LID), as defined in RFQ No. 16-17-003- 11 wing Section to law Cnnrpleled try lhti '()poser. Name of Proposer; Clvltas, Inc Name of Proposed tin' Mark W. Jahrson The above referenced Proposer is responding to a Request for Qualification (RFD) that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Urban Designer. The Proposer is requesting that you, as the Owner of the referenced project, provide file following information as well as any other pertinent information. Your insight is appreciated, Name of Project: Los Angeles River Revitalization •.T Full iv iic9 St:cFr rs 11 t C;. le by the Project t)wner Scope of Work for Referenced Proj Value of Project: $ 3 M Los Angeles River Revitalization Master Plan VMIUR of Construction: $ Many bllions over 15 to 20 years Typo of Protect: 0 Design -Bid -Build 0 CM@'Risk © Design -Build 0 Other (Master Plan Construction completed on time and within budget: ❑ Yes 0 No Now long did the proposed UD serve in this capacity on this project? Two Tears Quality of Work: 0 Above Expectations © Average 0 Below Expectations Errors and Omissions: © Above Expectations 0 Average 0 Below Expectations (Above er<peotations Wilmette fewer errors and omissions than anacipa[ad by Project Owner.) Did Errors and Omissions result in increased construction cost? 0 Yes 0 No Was the Urban Designer responsive? p Yes El No Was the Urban Designer timely with reviews and submittals? El Yes 0 No Did the Urban Designer effectively resolve Issues in a timely manner? Q Yea 0 No Please type in the field below to provide comments (Please use the attached additional page as necessary). As this was a Master Plan, there was no associated construction. The Master Plan laid the ground work for all subsequent work on the LA River, listing over lap specific proposed projects, laying out a recommended governance plan for the River, and providing conceptual designs for Ave key nodes. The document continues to he very relevant. Marna of Project Owner: City of Les Angeles 1y Name of Project Owner's Representative: Deborah wejrstrgub iJ / Signature of Project Owner's Representative: de, Titia: Chief Deputy City Engineer ) Telephone: 213-485.5499 E-rrlail: deberah,weintmu97m4uity.org Dale: lune 19.2017 Sincerely, Annie Perez, CPPO Director Procurement Department RFQ UUR Recbad 0/1y2o15 161 QUALIFICATIONS OF URBAN DESIGNER (it)) of fitliami Daniel J. Affonso City Manager To Whom It May Concern: Subject: Reference Letter for Urban Designer (U0), as defined in RFQ No. 16-17-003. The Following Section to be Completed by the Proposer. Name of Proposer: Civitas, Inc. Name of Proposed UD: Mark W.Johnson The above referenced Proposer is responding to a Request for Qualifications (RFQ that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Urban Designer. 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 Project: Lake Effect Park, Wayzata, MN The Following Section to be Completed by the Project Owner. Scope of Work for Referenced Project: Landscape Architecture and Urban Design Value of Project: $ 1 SM Value of Construction: $ Type of Project: 0 Design -Bid -Build 0 CM@Risk 0 Design -Build 0 Other Construction completed on time and within budget 0 Yes 0 No How long did the proposed UD serve in this capacity on this project? 2015-Present Quality of Work: 0 Above Expectations 0 Average 0 Below Expectations Errors and Omissions: 0 Above Expectations 0 Average © Below Expectations (Above expectations indicates (ewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the Urban Designer responsive? Was the Urban Designer timely with reviews and submittals? El Yes 0 No iI Yes ® No j] Yes 0 No Did the Urban Designer effectively resolve issues in a timely manner? 0 Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Name of Project Owner: City of Wayzata Name of Project Owner's Representative; Mary deLaittre Signature of Project Owner's Representative: Title: Project Manager (former) Telephone: (612)242-6286 E-maf: marypgroundworkcitybuilding.com Date: 6/9/17 Sincerely, Annie Perez, CPPO Director Procurement Department 162 RFQ-UD-R Revised 8115/2018 QUALIFICATIONS OF URBAN DESIGNER City of Daniel J. Alfonso City Manager Please utilize the space below, as necessary. 19 June 2017 Dear Review Committee, I am writing this letter of recommendation on behalf of Mark Johnson, Founder and Principal of Civitas. Mark and his team were selected to design the Lake Effect Park for Wayzata, Minnesota, a lake edge project connecting the town to Lake Minnetonka for the first time in 100 years, while also connecting disparate systems and amenities along the lake edge into a comprehensive, integrated destination. Mark showed tremendous leadership on this project, working in a complex civic landscape that was going through considerable political transition. Mark was able to cultivate both support, and more importantly, trust on the part of the community and decision makers as he led the design process. Mark is bath a very thoughtful and skilled designer who understood the Lake Effect Park project was more embroidery than cutting a new cloth. With his depth of experience, he understands not only how to design an exceptional project, but also get it built. He can scope out the fundraising and engagement/ support strategy as easily as a construction schedule, which is rare in a designer. Finally, Mark has a generosity of spirit. On numerous occasions he went beyond the call of duty, and scope of the contract, to work with the client and community to ensure the project was completed to their satisfaction and the foundation laid for future success. Mark is a pleasure to work with, along with being a great designer sensitive to the physical and cultural landscape. I hope you select Mark and Civitas for your project, he will not disappoint. Sincerely, Mary deLaittre 163 QUALIFICATIONS OF URBAN DESIGNER QUALIFICATIONS OF URBAN DESIGNER RESUME MARK W, JOHNSON. FASLA / FOUNDING PRINCIPAL. Mark Johnson is a leading urbanist, designer of public space and strategist for the regeneration of Sore cities. He is sought by clients and cnIlaboratars for his ability to listen and provide honest responses to challenging contemporary urban iSSues that are rooted in econamic. political„ legal and social issues. His commitment to addressing these conditions and improving life in Cities through the natural environment has resulted in the implementation of some of the most Complex and transformative projects in the country. He Is currently leading the radical and complex reinvestment of Northside In downtown St. Louis, a 1700 acre derelict residential and Industrial neighborhood, into one of the country's leading sustainable regenerations, He recently completed the design of a mile -long waterfront promenade In downtown San Diego, the North Embarcadero as well as the restoration of a 24-acre island parkin downtown Calgary and the40-acre Museum Park in Miami along Biscayne Bay. Professional Experience 1983-Present Clvitas. Inc. Founding Principal, Denver, CO 1982-83 Cambridge Seven Associates, Cambridge, MA 1977-B0 Jones 6 Jones, Seattle. WA Education 1982 1975 Harvard University. Masters of Landscape Architecture and Urban Design with Distinction Utah State University, Bachelors of Landscape Architecture, Magna Cum Laurie Licenses & Registrations Licensed in New York. Nevada. Wisconsin. Colorado, Missouri, Oklahoma, Utah, Wyoming, Virginia, New Mexico. Massachusetts. Washington. California, Florida, Kentucky, Minnesota, CLARB Certified Professional Memberships American Planning Association; Urban Land Institute, American Institute of Architects: American Society of Landscape Architects; CEO Roundtable Selected Protect Experience IOU -Present Strategic Land Use Planning for the Calgary Municipal Land Corporation and Calgary Stampede, Alberta 2015-2016 Pershing Square Renew Design Competition Finalist. Los Angeles. CA 2015-Present Back to the River Waterfront Redevelopment, London. Ontario 2015-Present Lake Effect Park. Wayzata, MN 2014-Present 'The Haven Project.' with NY Restoration Project, Mott Haven. NY 2n14-Present St. Louis National Oeospatial Intelligente Agency City Planning Initiative, St, Louis, MO 2014-2015 St. Petersburg Pier Design Competition, St. Petersburg, FL 2014-2017 Market Square and Urban Parks, Crystal City, Arlington, VA 2014-2015 National Western Center Master Plan. Denver, CO 2014-Present Finlay Park. Columbia, SC 2014-2016 North Carolina Museum of Art. Raleigh, NC 2014-2015 St. Louis Regeneration Consulting Project. St. Lous, MO 2014 Motown Museum Urban Design Charrotte, Detroit, MI 2013-2014 Kabul New City Redevelopment. Afghanistan 2013-Present Julian B. Lane Riverfront Park. Tampa, FL 2013-Present Fitzsimons Redevelopment Authority. Advisor, Denver. CO 164 2013 -2015 Washington University Medical Center Urban Planning Mobility Study, 5t. Louis, MO 2013 ^ 2014 Washington University Medical Center Urban Design Renewal, St. Loafs. MO 2013 Sydney Centennial Park Master plan Update. Australia 2013 Green line Light Rail Open Space Initiative. Minneapolis. MN 2013 North Hills Mixed -Use Redevelopment, Raleigh, NC 2012-2013 Town Branch Commons Design Competition, Lexington, KY 2012-201S Aviation Station Mixed Use TOD Urban Design. Denver, CO 2011-2015 St, Patrick's Island, Calgary, Canada 7011-7015 Lane Field. San Diego, CA 2011.20t2 Zidell Development Master Plan. Portland, OR 2011 Barnes Jewish Hospital Request for Inspiration, Design Ideas Competition, St. Louis, MO 2010.2011 Edmonton City Center Airport Lands Master Plan Design Competition, Edmonton, Canada 2010-2014 San Diego Convention Center Roof Park 6 Garden, San Diego, CA 2010-2012 Owensboro Redevelopment Vision Plan, Owensboro. KY 2010-Present Plaza De Panama Restoration, Balboa Park, San Diego, CA 2010 Jefferson Memorial Design Competition, St. Louls, MO 2010' Main @ Washington Urban Design Master Plan, Greenville. SC 2009-2012 Washington University Medical Center Vision Plan. 5t. Louis, MD 2009 Sherman Creek Master Plan. New York. NY 2009 China - St. Louis Trade Strategies. St. Louts, MO 200E-2014 North Embarcadero, San Diego 2007-2015 Northside Redevelopment, St. Louis, MO 2005-09 Museum Park, Miami. FL 2006 Balboa Park Parking Management Plan, San Diego. CA 2005 High Line Master Plan Peer Review. New York City. NY 2005 Los Angeles River Master Plan. Los Angeles. CA 7015 Waterfront Redevelopment Master Plan, Kansas City, MO 2005 Charlotte First Ward Neighborhood Plan, NC 2004 Grand Avenue Competition, Los Angeles, CA 2004 Centennial Greenway Master Plan, St. Louts, MO 2004 Memphis Riverfront - Tom Lee Park. Memphis. TN 2003 Carleton College Master Plan. Northfield, MN 2003 San Diego River Park Master Plan, San Diego. CA 2003 Children's Hospital Redevelopment Plan, Denver. CO 2003 Balboa Park Central Area Plan. San Diego, CA 2003 Atlantic Avenue Plan. Brooklyn. NY 2003 Gates Rubber Redevelopment Plan. Denver, CD 2002 Third Ward Neighborhood Plan, Charlotte, NC 2002 New West Park. Charlotte. NC 2002 Avery Island Preservation Plan, New Iberia, LA 2002 Wharf Parks Competition, Boston, MA 2002 Memphis Riverfront Redevelopment, Memphis. TN 2002 Salt Lake City Library Square Civic Park, Salt Lake City. UT 2001 Centennial Park and Formal Gardens, Denver. CO 2000 Betteview Station TOD. Denver, CO 1999 Commons Park. Central Platte Valley. Denver, CO 1993 Stapleton Airport Redevelopment Master Plan. Denver. CO 165 QUALIFICATIONS OF URBAN DESIGNER QUALIFICATIONS OF URBAN DESIGNER Selected Honors, Awards and Recognitions 2047 ASLA Southeast Region. Merit Award for Finlay Park, Columbia, 5C 2017 Chicago Athenaeum Museum of Architecture and Design Award, St. Patrick's Island, Calgary 2017 SPACE Award for Ann and Jim Goodnight Museum Park Expansion, Raleigh. North Carolina 2016 Fast Company Innovation 8y Design Award, St. Patrick's Island Park, Calgary 2216 Curbed Magazine honors Larimer Street among Top 11 Most Beautiful Streets. Denver, CO 2016 Canadian Institute of Planners names St, Patrick's Island Park Canada's Great Public Space. Calgary 2016 ASLA Colorado, Honor Award for Landmark, Larimer Square, Denver, CO 2016 ASLA Colorado, President's Award for Excellence, The Haven Project, Bronx, NY 2016 ASLA San Diego. North Embarcadero, Merit Award for Design, San Diego, CA 2016 National Urban Design Award for Sustainable Development, St, Patrick's Island. Calgary 2015 ASLA Colorado. North Embarcodero, Merit Award for Design, San Diego, CA 2015 ASLA Colorado. St. Patrick's island, President's Award of Excellence in Design, Calgary 2015 Calgary Mayor's Urban Design Award, St. Patrick's Island. Calgary 2015 Canadian Society of Landscape Architects, Merit Award for St. Patrick's Island, Calgary 2014 San Diego APA Award for San Diego River Park Master Plan 2014 NY American Institute of Architects Urban Design Award for St. Patrick's Island. Calgary 2008 ASLA Honor Award, Las Angeles River Revitalization Master Plan 20DR AIA Honor Award for Urban Design. Los Angeles River Revitalization Master Plan 2008 AIA Central California Design Award, Los Angeles River Revitalization Master Plan 2007 AIA Atlanta Presidential Citation 2007 Waterfront Center Award. Los Angeles River Revitalization Master Plan 2007 University of Colorado Distinguished Service Award 2002 Stockholm Partnership World Award for Sustainability, Stapleton Plan 2002 AIA Award for Contribution to the Built Environment, Colorado 1998 Excellence in Design Award. New York State Association AIA, Stapleton Deo. Plan 1997 ASLA Colorado. President's Award of Excellence. Stapleton Park and Open Space Plan 1996 Fellow, American Satiety of Landscape Architects 1996 Community Achievement Award, AIA, Deriver Chapter 1996 invited Designer. Denver Art Museum, Swarovzski Glass Exhibition 1995 Outstanding Alumnae, Utah State University 1996 American Planning Association Special Award Citation, Stapleton Redevelopment Plan 1990 CCASLA Honor Award, , Deriver Intl. Airport 1990 Honor Award, CCASLA, Lawrence Street Mall 19E2 Thesis POze, Urban Design Program, Harvard University 1982 Greatest Overall Achievement. Harvard LSD 1975 ASLA Certificate of Merit, National and Utah State Awards Selected Lectures, Teaching and Presentations 2017 Juror, World Arctritecure News Design Awards 2016 Prague Mayor's Conference an European City Planning Czech Republic 2016 Speaker, Landscape Architecture Foundation SOth Anniversary Summit, Philadelphia. PA 2016 ReSite Win -Win Presentation, Prague, Czech Republic 7016 New York AIA Awards Juror, New York, NY 2015 Speaker, New York City Department of Design and Construction. New York, NY 2015 Speaker. Platenrakers Conference, Calgary Municipal Land Corporation, Calgary 2015 Speaker. Word Health Design, 'Designing the City as a Strategic Tool for Improving Public Health. World Conference, Hong Kong 166 2015 Speaker, ReSite Design Conference, Prague. Czech Republic 2015 Professor, Contemporary Practices in Urbanism (Course no. LSD 7441), Spring Semester. Harvard University Graduate School of Design. Boston, MA 2414 Workshop Leader. The Future of Prague. Czech Republic 'f 2019 Speaker, NY Restoration Project, New rk, NY 20 14 Speaker, ReSite Design Conference, Prague, Czech Republic 2014 Speaker, Ecological Society of America, Sacramento, CA 2014 Participant, Rorkerteller Ins 0itute,'Resiliient Cities' Workshop, Boulder, [D 2014 Co -host. ULI Open Space Forum, Detroit, MI 2014 Clemson University Business School, Greenville, SC 2013 University of Tennessee, 'Landscape Architects As Agents of Change", Knoxville. Lecturer 2013 Speaker, International Academy for Health and Design, Asia Conference, Singapore 2D13 AIA National Convention Panelist, Denver. Colorado 2013 North Carolina State, Urban Design Conference. Raleigh 2012 Speaker, International Academy for Health and Design. Europe 2012, Helsinki 2011 Speaker, International Academy for Health and Design. Melbourne 2011 Speaker, International Academy for Health and Design, Boston 2010 - 2013 ULI Awards of Excellence fury 2010-2011 Faculty, ULI Rose Confer Fellowship, Detroit 2010 International Academy for Design and Health. University of Brussels Hospital and Medical School "Green Design to Facilitate Health and Fitness" ZO10 University of Washington with Great City, Sustainable Urbanism, Lecturer 2009 Working Croup on Sustainable Cities at Harvard 2009 NYC Department of Design and Construction...Green Urbanism" 2008 University of Minnesota. Lecturer 2008 AIA Kansas Annual Meeting. Speaker 2008 ASLA Annual Meeting "Civitas: Inside the LA Studio" 22008 ASLA Annual Meeting, LA River Panel 2008 Urban Land Institute Placemaking Conference, Denver. Speaker 2008 Urban Land Institute City 20SC Symposium, Speaker 2008 AIA/ASLA Iowa Annual Meeting Lecturer, 2008 SCI-ARC. Los Angeles, Lecturer 2007 Land Development Conference, San Diego- "A Community Resource: Public Parks, Parkways, Trails and Open Spaces" 2007 North Carolina State University. Sustainable Urbanism Symposium, Guest Lecturer. 2007 Pennsylvania State University. Guest Lecturer 2006 Georgia Institute of Technology, Bettline Symposium, Guest Lecturer 2D06 ULI Gerald Hines Competition furor 2006 ULI Larson Forum an Land Use Trends. Washington D.C. 2005 ULI Shaw Forum, Chicago, IL 2005 Harvard Design Magazine Symposium. Boston. MA 2004 Mayor's Institute on City Design. Charlotte. NC 2003 Guest Lecturer, Ball State University 2002 Guest Lecturer, Wave Hill Preservation and Modernism Symposium 2002 Guest Lecturer, ULI National Conference 2002 Guest Lecturer. AIA Oklahoma State Conference 2002 Guest Lecturer, University of Ceorgla 2D01 Guest Lecturer, Trust for Public Lands. Charlotte, NC 167 QUALIFICATIONS OF URBAN DESIGNER Business,,'. Professional 168 Licc1SIe Details Lnanaee Warman.. limos: 1ONNSON, NARK 54,Er„n..y Rninnl OVA hen,el Hain Address: License WHIN. ,,e0e4La0Npn. License 3Ef0rmitl 1200 010440 K STREET VETIVER COloredu 60204'3631 1200 BANNOCK STREET DENVER CO 60104.3631 Registered Landscape Architect Landscape Art I1..46667016 ~saws: Current,Active Expire Dale: 09/24/2009 res: 31/70/701S Special Q4alifitatlon0 QuAldikwtlon EttecDre v10w 0.al:xtuu C._ i .e [rilunualia,�r 0 CI OOL p m a E w LL 5 00 d, 9 a U W dr- m n d e 11 4 E CI - It m v O U � 4 Q O u a :, S W u t; to t m � m rt 8 N L FF 0 .c N C 4� UL1 W orD O err d w E E O p CO y v _ O mu_Eo T v F � � ,", NNam • rn -, d E p a E S 0 E . at m • rnd L c a'x c �c EiY at0UEE • a O N LL Lc_. e N N d O-W h dN w^ Q E o '" v o 9 i`m m h �dP: 2E r2Ec m o 2 d� E c dcmn `a, v', 8 0) 0) el 3 m To fA 0 Iv C a W 11 0 0. O E ai z 47. 0 0 E g O N ,b O i EL EL • o `c z a E E LL R to • z z aywalk Plaza Design North Bay Village, FL Address of Project: QUALIFICATIONS OF ENVIRONMENTAL SPECIALIST Raymond Rammo E z C 0 C 0 d 0 a e 00 Z d a 4.5 0 a E z Project Owner Contact Telephone No.: 941.8613483 project Owner Contact E-mail address: rrammola�NBVillage-com Brief Scope of Project (additional space provided): Landsape architecture, civil engineering design and permitting from concept through construction documents of this 1-acre watedrnnt park in Miami-DadeCounty. Q z Actual:S100,500 0 0 aa, 3 a z 01 Value of Construction if ap O Z June 14, 2017 m 0 0) Printed Name 169 G Request for Qualifications Qualifications of Proposed Environmental Specialist _ y Instructions (Please 'drive the attached additional page. as necessary) _ Q Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal Lri served as the Environmental Specialist. as defined in the RFQ, for the slated projedslphases. Each project submitted should be of equal or O greater scope. size. and complexity. Provide all required information and submit this Form for each project, as required by the RFD. Failure 10 submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be m completed for each Form RFQ-ES that is provided. RFQ No. ' 16.17-003 RFQ Title: Urban Planning, Landscape, and Engineering for Flex Park at Virginia Key O Z 2 Name of Proposer: Ksmley-Ham Name of Project: Univision Tower Relocation Address of Project: Coma, FL Name of Proposed Environmental Specialist:Brady walker Name of Project Owner: oseaRN ENGINEERING Project Owner Contact Name: Geoffrey Aiken, AIA, LIED AP 216.861.2020 x3060 gaiken@osborn-eng.com -It Project Owner Contact Telephone No.: Project Owner Contact E-mail address: m Brief Scope of Project (additional space provided): Performing surveying, environmental and engineering services as sub -consultant n n r 6 Value of Design Fees (if applicable): Awarded: 5122,500 {545,So0 enwlronmental) Actual: Basis for Difference in Value: N/A ❑ Value of Construction (if applicable): Awarded: Actual: NIA 0 Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: NIA 0 Type of Project: El Design -Bid -Build © Design/Build 0 CMt Risk 0 Other (specify): LEED or Green Globe Certified Project: 0 Yes © No If yes. level of Certification: Was work pe armed -jy employee of the Proposer? ® Yes ❑ No By: June 14, 2017 Sig of re of Au o ed 0 Aaron Buehler, P.E. leer Printed Name Date Senior Vice President Title Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please utilize the attached add6 onal 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 Io 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,:16-17-003 Name of Proposer: Kimley-Horn RFQ Title: Urban Planning, Landscape, and Engineering for Flex Park at Virginia Key Name of Project: Flightway 10 & Flightway 11 Name of Proposed Environmental Speeialist:erady walker Address of Project: City of Doral, FL Name of Project Owner: Ralph Menit Construction Corp. Project Owner Contact Name: Diego Martinez Project Owner Contact Telephone No.: 941.861.5483 Project Owner Contact E-mail address: dlego@rmcc.biz Brief Scope of Project (additional space provided): Services enwirorm,enlal permitting assnrated with Industrial warehouses. Flightway 10 includes a small pocket park located with in Doral Value of Design Fees (if applicable): Awarded: 55,0001111 and 515,300 Ito) Actual: 5 $5,000 (11) and $15,30i111ADA ❑ Basis for Difference in Value: NIA Value of Construction (if applicable): Awarded: Basis for Difference in Value: NIA Actual:5 WA 0 Project Completion (no. of calendar days): Projected: Actual: NiA fl Type of Project: ❑ Design -Bid -Build © Design/Build d CM . Risk 0 Other (specify): LEED or Green Globe C rtified Project: 0 Yes ❑ No If yes. level of Certification: Was • r perform em I.. ee of the Proposer? Q Yes 0 No By: gnature o. • ut ' lzed a Icer Aaron Buehler, P.E. June 14, 2017 Date Senior Vice President Printed Name Title QUALIFICATIONS OF ENVIRONMENTAL SPECIALIST Name of Project, QUALIFICATIONS OF ENVIRONMENTAL SPECIALIST Qi tr of �lionti Daniel J Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Environmental Spedalist (ES), as defined in RFQ No. 16-17-003. 1 he Following Section to be Completed by the Proposer. Name of Proposer: Kimsey -Ham Name of Proposed ES: Brady Walker The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Environmental Specialist. 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. Baywalk Plaza Design Following Section to be Completed by the Protect Owner, Scope of Work for Referenced Project: Landscape, civil engineering design $ permitting for waterfront park. Value of Project $too,500 Value of Construction: $ _ Type of Project: (D Design -Bid -Build 0 CM@Risk Q Design -Build CI Other )Design Construction completed on time and within budget: CI Yes ❑ No Ida 1` p1ie.�i,ie - �rura2� How long did the proposed ES serve in this capacity on this project? I , ee,.q. r'�rr.' Quality of Work: lat Above Expectations ❑ Average 0 Below Expectations ut y. (t ErrorsAG�nand Omissions: Above Expectations 0 Average ❑ Below Expectations ulo rrarscano aiss on5 resin in increased construclioTtacos ?P""' ch"'"1 ❑ Yes ❑ No NJ: /401c Was the ES responsive? tal Yes ❑ No Was the ES timely with reviews and submittals? Yes 0 No Did the ES effectively resolve issues in a timely manner? a Yes In No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Name of Project Owner: North&ay Village Name of Project Owner's Representative: Raymond Rammo Signature of Project Owner's Representative:.,,,,-„r,�+� 2 ,Lyyvlrvtl.! Title: PO:1E1c Works Director Telephone: 305.283.5981 E-mail Date: 6A 212017 Sincerely, Annie Perez, CPPO Director Procurement Department rramma@nbvillagecom RFod.A-R Rev.see 8i15l2016 QUALIFICATIONS OF ENVIRONMENTAL SPECIALIST Chip of�iarnr Daniel J. Alfonso City Manager To Whom It May Concern' Subject: Reference Letter for Environmental Specialist (ES), as defined in RFQ No. 16-17-003. The Following Section to be Completed by the Proposer Name of Proposer: klmley-Horn Name of Proposed ES: Bradyhatker The above referenced Proposer is responding to a Request tor Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for Their proposed Environmental Specialist 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 Project: Urban Planning, Landscape, and Engineering for Flex Park at Virginia Key Tl a pollowing Section to 11e Completed by the Project Owner. Scope of Work for Referenced Project: Project Includes performing surveying, environmental and engineering Value of Project: $122,594545,500 Environmental} Value of Construction' $ 5,300,000 (Overall Protect/ Type of Project: 0 Design-Bid•Build 0 CM@Risk 0 Design -Build ( Other ( Construction completed on time and within budget: Q Yes 0 No How long did the proposed ES serve in this capacity on this project? B mon1h1 Quality of Work: ® Above Expectations CI Average ❑ Below Expectations Errors and Omissions: 0 Above Expectations 0 Average 0 Below Expectations (Above expectations indicated fewer errors and rlrrntissinns rhan anllapafed by Project Owner.) (Q Yes El No Did Errors and Omissions result in increased construction cost'? Was the ES responsive? Was the ES timely with reviews and submittals? Did the ES effectively resolve issues in a timely manner? p Yes 0 0 Yes ❑ El Yes C� No No No Please type in the field below to provide comments ;Please use the attached additional page, as necessary) Brady and the lcrmley-Horn team exceeded expectations and provided highly competent, professional consulting service through the duration of the project. Nome of Project (honer: ©SBORN ENGINEERING Name of Project Owners Representative: Geoffrey Aiken, A1A:lf00 AP Signature of Project Owner's Representative: Title Director of Sports, Entertainment &Technology Telephone: 216.861,2o2d x3o64} Date: 612112017 Sincerely, Arnie Perez, CPPO Director Procurement Department E-mail: gaikenkaosbarn-eng.corn RFQ-ES-R Revised ail52016 172 173 QUALIFICATIONS OF ENVIRONMENTAL SPECIALIST ccitp of liami Daniel p,llunso City Menage, TO W hiom It May Concern: Subject: Reference Letter for Environmental Specialist (ES), as defined In RFO No. 16-17-043. Tiv. I allowing Se olkr) to to L:ampletert tzy the Propnsar Name of Proposer; Klm' y-Horn Name of Pr❑posed ES: Brady walker The above referenced Proposer is responding to a Request far Gratifications (RFC]) that hay been issued by the City of Miami. We require that the Proposer provide written references for thew proposed Environmental Specialist. The Proposer is requesting that you, as the Owner of the referenced rimier!, prewrke the following information as well as any other pertinent information. Your insight Is annrncrated Name of Project Urban Planning. Llndtcape. and Ea glncwinp far Flex Parket Virginia Key I hi 1 .Jkr.. ,icy SO.:hnn ko ne complete ,r lite T=n. ,11,1()vvI1nl Scope of Worse for Referenced Project: Environmental pamninq Value Of Prolong: $5AW b 15'3n6 Value of Construction: SN1A Type of Project ❑ Design-Bk1-Build 0 CMImRIsk 0 Oeslgn-Build M Other rSer440 Construction canpleted on time and cod budget 0 Yes 19 No low long did the promised ES serve' Ih s capacity on this project? Quality of Work: ove Expectslione 0 Average 0 Below Expeatolls Errors and Omisslnns A7sAVe Fspecteiiona 0 Average 0 Below Ex creams IADCva eapecIatdOe M;i fir" ram, ,rare aM air.: Sinn then Bn i=1netec :y Prp,yq Cw' r) Dld Errors end Omissions result in Increased construction cost? 0 0 No Was the ES responsive? /El No Was the ES timely with reviews and submittals? L��I 'Yghi ❑ No Did the ES effectively resolve images in a timely manner? fayTres 0 No Please type In the field below 10 provide comments {Please use she attached ad0ltlpne: peps ar necessary). Name of Project Owner: Kalph bruit renstructbn Cap. Nems of Protect Owner's Representative: omega Martineau, Signature of Protect Owner's Representative: Title. neerrnr nil npwaer,ni 7slephorve:345.5v2.332z E-mail, dieyaavrmcc.bit Dote, 7f2ernir Sincerely, Annie Perez, CPPO Director Procurement Department 174 ) o-ce-e S Ra 4s.I Sit 57018 QUALIFICATIONS OF ENVIRONMENTAL SPECIALIST Brady Walker Environi-fit'rital Scientist/Ecologist Sims Park. New Parr Richey, FL — Ecologist. The 8.7-ape waterfront community park is situated along the Pitnlechasculee pOoteo'I River and Main Street In downtown New Port FIchey. As part of the Master Plan. the City Council authorized the closure of segments of Grand and Circle Boulevards to create an unotestrucled connection with Orange Lake, an adjacent 6.7-acre lake. to create a unified 15.4•acre urban open space. The newly enlarged urban green space will serves as a fecal point and economic catalyst ter the greater community. Through a series of programmatic design features. gardens, wifely zones and event spaces, the Master Plan connects the River. Park and Lake as a seamless recreational atiraclor that runs parallel to the businesses. dining. retall establishments and community services along Man Street. Kimley-Horn provided community and stakeholder engagement, programming_ master planning. construction document preparation. permittingand constructon phase services. Sims Park opened in January 26181 SL-3 Spoil Island Resforaflon —K mley-born provided dednn,, permitting, and construction phase services to restore an isolated wetland located or a spoil island (SL-3) within the Indian River Lagoon (IRL), north of the Fart Pierce Inlet An assessment was conducted to cheracted2e the existing conditions and habitat of the island, wetland, and adjacent seagtass in the rlearahere of the island, A Seale was designed to tidally connect the wetland to the WRL. The project also iaclut ed the design at an exotic vegetation removal nom the island and the preparation of a re vegetation plan to restore native habitat. Kimley-How prepared an environmental resource permit application for the proposed restoration tern* and completed Iha permitting approval process. The assign included revegetaton win, native plants. habitat ci salon. and protection for an existing wetland. The island also leatures primitive picnic areas and campsites as welt as a trail network Southwest Florida International Airport, Miffgaffon Park, fort Myers, FL — Ecologist. Kimley- Florn assisted Lee County Port Autharity (LCPA) In mapping and assessing the-7,00.1-acre mitigation park that was cleated to compensate for impacts with the development of a new terminal, GIS mapping and ground hurtling were conducted to Identity and map the exotic and nuisance wares to determine it the ntingalion park was in compliance with the ensiles slate and federal permits, to assess the site Conditions, and to make tecomrnendah0rl5 Iegardlllg future maintenance. Kimley-Horn prepared a detailed mitigation assessment report and provided short- and long-term Maintenance recommendations for consideration by LCPA, Following completion of the assessments, Kimley-Horn prepared technical specifications package fur contactor uidding. Kimley-Horn also provided construction phase services 1or the first please of heabnent. Rookery Bay Reserve, Cooler County. FL — Envkonmenlal scientist that handled permitting with SFWMC and USAGE for me Kimley-Horn team selected fur the hydrologic reconnection of more than 7o acres 01 mangrove wetlands to the Rookery Bay Reserve In Collier County.Thls ecological enhancement and restcna:on consisted of evaluating the existing hydroperod and installing loam water crossings where appropriate to Improve the drawdVM1 el the wedard area which had been isolated by a network of berms around the site. Extensive exotic removal was conducted and supplemental mangrove pleni1ngS were Installed. The US Army Corps of Engineers recognited these Improvements as mitigation to offset potenbal Impacts to woad stork foraging habilat on another project site. rumtey-Barn also conducted live years of rnoretarng after propel completion to ensue .access. Miami River -Miami lnfemradat Center Capacity Improvement' (MR-MWCG7), FL Environmental scientist. Project will plomde additional mainline tracklel within the So. FL Roll Corridor from lust north of the Tn-Rai llialeah Market Station to theTn-Pad Miami Airport Station, which in the fuhae will be accommodated within the Miami Intermpdal Center's IMIC'sp Mail Central Sleben LPPt03or e.110_wtmlo eay,moa Spacial Qualifications: ■ HaS 13 ynar5 nancan ire:tidin.g e.t.:r ci.'e Reid work throughout Florida In upland, fresnwaret and estJalme er,lrenments • Experience rinsagnerg r88llon11 mitigator' and rost,ratbn eleas. itondacturp endangered species oirieys, delineating wetlands. and rxamnting projects Itoa'218R Floida • Aubori2at l'ophei'Todotse Agent • PAaltertifleti,w;re_m elver Professional Credant1e1a: ■ Bachelor of Science. Biology. Cenisan Univor ily • hue -kneed (Aptly Tortoise Agent {Permit No. GTA-t 1 Professional Organizational: ■ RA:iely of Vedette Scientists 175 Request for Qualifications Qualifications of Proposed Traffic Engineer I natructions (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 Traffic Engineer, 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 complete Form for each project may result in the Proposal being rejected as non -responsive. Reference Forn RFQ-EE-R must be completed for each Form RFQ-EE that is provided. Urban Planning, Landscape, and Engineering for Flex Park at Virginia Key RFQ No.a6-17 003 RFQ Title: Name of Proposer: !Smiley -Horn Name of Proposed Traffic Engineer: Dabkowski, P.E., FFOE Name of Project: Fon Lauderdale General on -Call Traffic Engineering Services Address of Project: City of Fort Lauderdale, FL Name of Project Owner: City of Fort Lauderdale Project Owner Contact Name: Elizabeth Vanzandt Project Owner Contact Telephone No.: (954) B2B-3794 Project Owner Contact E-mail address: EVanZandt@fortlauderdale.gov Brief Scope of Project (additional space provided): Project engineer for general traffic engineering and transportation planning services as part of an on -call contract with the City. Value of Design Fees Of applicable): Awarded: S400,0o Actual: N/A El Basis for Difference in Value: On -Call Services Contract Value of Construction (if applicable): Awarded: Actual: NIA Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: N/A 0 Type of Project: 0 Design -Bid -Build 0 Design/Build 0 CM@Risk 0 Other (specify): LEED or Green Globe Certified Project: © Yes ® No If yes, level of Certification: WBy as wor)Cp� (-j�j error as ar) employee of the Proposer? El Yes No /{f,� June 13, 2017 tftnature of Authorized Officer Aaron Buchler, P.E. Printed Name Date Senior Vice President Title Request for Qualifications Qualifications of Proposed Traffic Engineer 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 Traffic Engineer, 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 complete Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-EE-R must be completed far each Form RFQ-BE that is provided, RFQ No.:16-17-003 RFQ Title: Urban Planning, Landscape, and Engineering for Flex Park at Virginia Key Name of Proposer: Kimley-Ham Name of Proposed Traffic Engineer:Adrian Dabkowski, P.E., PTOE Name of Project: City of Miami Transportation Program Support Services Address of Project: Miami, FL Name of Project Owner: City of Miami Capital Improvements & Transport,u. Project Owner Contact Name: Sandra Harris Project Owner Contact Telephone No.: 305.416.f726 Project Owner Contact E-mail address: sandraharris@miamigov.com Brief Scope of Project (addlti0nal space provided): General traffic engineering and transportation planning services as part of an on -call contractwith the City. Value of Design Fees (if applicable): Awarded: Actual: N/A 0 Basis for Difference in Value: Value of Construction (if applicable): Awarded: Actual: N/A 0 Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: N/A 0 Type of Project: Q Design -Bid -Build 0 Design/Build 0 CM@Risk 0 Other (specify): LEED or Green Globe Certified Project: 0 Yes 0 No If yes, level of Certification: By as wor rf rm ployee of the Proposer? Ej Yes Q No (( I June 13,2017 Va Slgtfature of Authorized Officer Date Aaron Buehler, P.E. Senior Vice President Printed Name Title QUALIFICATIONS OF TRAFFIC ENGINEER QUALIFICATIONS OF TRAFFIC ENGINEER o a " E O_ a O U N r e -, `o E • 12 �W rz • m E ., 1 m `) a y w •LuoO-0 • K v O 5 � W � 3 m n o m o n€ c Q � 101 -p p vt m o £ a o-=� U j d v yw a o' N W N d 9 L.+ O O W N N p v € m m c •- ar o � w n o ` �_a ▪ m a v • aE'o o a K Tr IDil? _y ovr o c K • m Eli .cr -3 m 'g __ `8 o m O U LL 09 • 32 a ll c ai a € O rrn « `y r9 'y N L °- 3 3- M 5 &Hyrd0 178 . jdgr@r arnidade.gov z is a Basis for Difference in Value: S z A 3 4 Value of Construction (if applicable): Awarded: Basis for Difference in Value: El z Was work June 13, 2017 m 0 0 0 co m — c a+ 0 a 1- Printed Name QUALIFICATIONS OF TRAFFIC ENGINEER City of litlflli NO 01 Daniel J. Alfonso city Manager To Whom It May Concern; Subject: Reference Letter for Traffic Engineer (Engineer), as defined in RFU No. 16-17-003 'fhe Following Section to be Comuleted by the Proposer Name of Proposer. xbnley-Horn Name of Proposed Engineer. Adrian pabkowski, P.E., PTOS The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been Issued try the City of Miami. We require that the Proposer provide written references for their proposed Engineer. The Proposer is requesting that you, as the Owner of the referenced project, provide the fo€towing information as weft as any other pertinent information. Your insight is. appreciated, Name of Project: Fort Lauderdale General Can-Catl Traffic bnarbeerIng Services The Following Section to be Completed by the Abject Owner, Scope of Work for Referenced Project: ProJl01engineer far general hair+c engineering am anspurtanun piano] Value of Project: $9W,1Jao (Contracted Amount) Value of Construction: SN7A Type of Project: [j Design -Bid -Build 0 CM@Risk © Design -Build I] Other (Traffic Studies Construction completed on time and within budget; 0 Yes El No 14�-- How long did the proposed Engineer serve in this capacity on this project? 3+ yrs Quality of Work: Q Above Expectations Cl Average I Below Expectations Errors and Omissions: I1 Above Expectations 0 Average ® Below Expectations (Above expectations Indicates hewer errors and oimssions than anticipated by Proleot Owner.) Did Errors and Omissions result in increased construction cost? 0 Yes 0 No L / A Was the Engineer responsive? [] Yes 1 ] No Wes the Engineer timely with reviews and submittals? Yes ®No Did She Engineer effectively resolve issues in d timely manner? Q Yes ©No Please type in the field below to provide comments iPleaea use the attached additional page, as necesaatyt, Adrian has been a great technical resource in the area of Traffic engineering. Name of Project Owner: City of Fart Lauderdale Name ai Project Owners Representative: Elizabeth Van7andr Signature of Project Owner's Representative 1 j4 Title: Mpdiilty Manage) ) Telephone:954.B2113796 E-mail, EVanYandltrofoNauderdate.gav hate: June20,2017 Sincerely, Annie Perez, CPPO Director Procurement Department 11F5EE-R 1 Penmen ar SRale 179 QUALIFICATIONS OF TRAFFIC ENGINEER Q1 itp of Aftianti Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Traffic Engineer (engineer), as defined in RFQ No. 16.17-003. The Following Section to he Completed by the Proposer. Name of Proposer:0Jmley-Horn Name of Proposed Engineer: Adrian Dabkowskl, P.E. ',TOE The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami- We require that the Proposer provide written references for their proposed Engineer, 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 Project:City of Miami Transportation Program Support Services The Fallowing Section to he Completed by the Project Owner. Scope of Walk for Referenced Project. General traf& engineering and transportation planning senates Value of Project: $ 5n0,000 Value of Construction: $N/A Type of Project 0 Design-Bid•Bulid 0 CM@Risk ❑ Design -Build 0 Other ( Construction completed on time and within budget: ❑ Yes 0 No How long did the proposed Engineer serve In this capacity on this project? Two Years Quality of Work: 0 Above Expectations 0 Average 0 Below Expectations Errors and Omissions: 0 Above Expectations 0 Average 0 Below Expectations (Above expectations indicates Fewer errors and omissions than enlirrpated by Project Owner.) Did Errors and Omissions result in Increased construction cost? 0 Yes 0 No Was the Engineer responsive? I1 Yes 0 No Was the Engineer timely with reviews and submittals? 0 Yes ❑ No Did the Engineer effectively resolve issues In a timely manner? E] Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary} Mr. Dabkowski has prov lured traffic engineering support services to she City of Miami Office of Transportation Management, first through the 2013.201 S Transportation Program Soppott services contract,, and again In the 2016 Transportation Program support Services. Mr. Debkowskl has proved knowledgeable and capable in all requested efforts.. Name of Project Owner Cityof Mlaml Capital Improvements & Transportation Program Traf k Engineer Name of Project Owners Representative: Cninnwogl Signature of Project Owner's Representative: Title: Transportation Analyst Te€ephone:305A 16-1022 E-nail: twnmrer iamigov.com Date: June 15, 2017 Sincerely, Annie Perez. CPPO Director Procurement Department RFa EE-R Rnruad R 15r201a QUALIFICATIONS OF TRAFFIC ENGINEER Citp of Miami Daniel J. Alfonso City Manager To Whom it May Concern: Subject: Reference Letter for Traffic Engineer (Engineer), as defined in RFQ No. 16.17-003. Fee Following Section to be Completed by the Proposer Name of Proposer:l(lmley-Horn Name of Proposed Engineer: Adrian Dabkowski, P.E., PTOE The above referenced Proposer Is responding to a Request for Qualifications (RFQ) that has been issued by the City of Mlaml. We require that the Proposer provide written references for their proposed Engineer. 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 Project' Miami -Dade County TPO General Planning Consultant Support The Following Section to be Completed by the Project Owner Scope of Work for Referenced Project: General traffic engineering and transportation planning services Value of Project: $ 770.000.00 value of Construction: $ Type of Project: ❑ Design -Bid -Build 0 CM Risk 0 Design -Build © Other ( Pmnning Construction completed on time and within budget: El Yes 0 No How long did the proposed Englneer serve in this capacity on this project? 3 years Quality of Work: Ea Above Expectations 0 Average 0 Below Expectations Errors and Omissions: 0 Above Expectations 0 Average 0 Below Expectations (Above amaetatfons Indicates }ewer errors and omissions than anjcipaled by Project Owner Did Errors and Omissions result in increased construction cosi? Was the Engineer responsive? Was the Engineer timely with reviews and submittals? Did the Engineer effectively resolve issues in a timely manner? ❑ Yes a❑ No 0 Yes E] No 0 Yes ❑ No 0 Yes 0 No Please type in the field below to provide comments (Please use the attached additional page. ea necaseery) Warkirug with Adrian was a pleasure. He showed his professional knowledge and abilities In finding solutions to technical problems during the development of work performed for the MPO. Also, he demonstrated a positive attitude that made easy the accomplishments of our WAS Ina timely manner. Name of Project Owner Miami -Dade County MPO Name of Project Owners Representative: Je5 Signature of Project Owners Representative: ewe: Project Manager Telephone:305.375.45o7 Date: June 13, 2017 Sincerely, Annie Perez. CPPO Director Procurement Department E-mail: iguerrawersiamidadetpo.eig RFQ-EE-R Revised &15f2ei6 180 181 QUALIFICATIONS OF TRAFFIC ENGINEER QUALIFICATIONS OF TRAFFIC ENGINEER Adrian Dabkowski, P.E., PTOE Traffic Operations/Transportation Planning Pe'es.srtr ttluarreride: Transportation Program Support Services, City of Miami, FL —Project manager for general traffic engineering and transportation planning services aspart of an on -call contract with the City Kimley-Horn serves as an extension of the City of Miami staff preparing traffic operations analyses, transportation planning, traffic calnung and complete streets improvements, transit planning and operations: geographic information system (G1Si/database management design of street and parking analysis and design. Downtown Miami Transportation Network Analysis, FL — Served as project manager to prepare a comprehensive study of the access. circulation. level of service, design. and function of the primary roadways within downtown Miami to develop recommendations that are consistent with the City`s mobility goals and objectives. As part at the project, intersection turning movement traffic data was gathered from previously prepared studies Additionally, nest: intersection turning rnovemenldata was collected at 50 study intersections specifically for this pi eject. The turning movement counts captured pedestrians, bicyclists. and heavy vehicles {trucks) for both the A.M. and P.M. peak periods, Data was collected in May and June 2013. Fort Lauderdale General tan -Call Traffic Engineering Services, Fort Lauderdale, FL —Project engineer for general traffic engineering and transportation planning services as part of an on - call contract with the City. Kimley-Horn serves es an extension of the City of Fart Lauderdale staff reviewing traffic impact studies and parking analyses. Projects to date have included peer review of traffic impact and parking studies, site plan review, and representation at public hearings. Additional projects have included development et a corridor study to support lane reductions along SR Al A and de:eloprnent of a Greenways Plan to complenmentnmltimodal transportation options within the corridor. Design District Special Area Plan Traffic Study, Mianrl, FL —Project engineer. Kimley-Horn prepared a Special Area Plan (SAP) traffic study and supporting documentation consistent with City of Miami 21 Zoning Code. This project is genially bounded by NE 42nd Street to the north, NE 38th Street to the south, NE tat Avenue to ttre west, and the Florida East Coast Raihoad to the east. The proposed development plan consists of 578,200 square feet of retail development and 30,000 square feet of restaurant development. Inaddition, it is being proposed to demolish 125,209 square feet of existing retail development Theretare, the net that ease associated with this SAP is 453,000 square feet of retail development and 30,Cd0- square feet of restaurant development. Brisket! City Centre, Miami FL —Task manager leading Kimley-Honr's traffic engineering services for this project. Kimley-Horn prepared a Special Area Plan (SAP) traffic study and supporting documentation consistent with City of Miami 21 Zoning Code, 8rickell City Centre is the first project to be approved under cite SAP process in the City of Miami. The proposed development includes 830 residential units, a 290-room hotel, and 906,4,33 square feet of office of which 95,117 square feet will serve as medical office. The development wit also include 535,300 square feel of retail of which 142,300 square feet will serve as entertainment uses such as a nightclub, .cinema, and a bowling alley. As part of the traffic engineering services. six adjacent traffic signals will be redesigned per the latest Miami -Dade County design standards. Kimley-Horn is also providing civil engineering, roadway design, and transit engineering services for the site. MiamiWorldcenter, Miami,, FL —Served as project engineer. Kimley-Hon partnered with a private developer. the City of Miami, the Miami Community Redevelopment Agency (CPA), and other stakeholders in preparing lypi0a1 sections for streetscapes for the City's largest proposed downtown project. Kimley-Horn also partnered with numerous utility companies to determine existing Underground conditions, Once thisinformation was obtained. we worked with multiple stakeholders to develop and evaluate various streetscape options for roads and avenues within Inc multi -Gluck project lints. LPPLnx1 0 l7026rgiiva Keyin 0 182 Special Qualifications: ■ Has 1vpars ofrruftiri iianspn;tatir:n engineering expalierce relatenfo tran5pa0otion planning, traffic operations, corridor studies, tell road revenue chides, long-range it nsperlatiorr ittgrinvenient plans, access management, and alternative nmlemein.lan development ✓ Pinfinientin.4nto Ali, Hrgheray Capacity Sidteare {HCS), Synnhro 51511IM, Are(dh , 0111- PI.AN. HIitH-0005I. FREE -PLAN. and SttnntEVAL Professional Crodentfate; • Master of Business Administration r Maiketrnd. Ructre lei Institute of Tenlinelory, 2004 • Mtaa0ar nt Civil Engineering, Tratrspertalinn Enpinearing, Florida Inteinalcnal Lirnvoltfry, 201,1 • Ba;:helw of Bounce Civil Engineering Technology, Roc'rester Institute of Technology 2^02 • f rnie nianal Eisyneer to Florida, #78828 tour h 73, 2015 ▪ Professional Engineer in .rulsiana, 483205, September nr:, 2`.99 a Registered Professional Tiaflte operatics Engineer, 2309, May 5. 2008 Professional Organizations: ■ Institute of Traosportatiu= Engineers CITE) State of Florida Board of Professional Engineers Attests that Adrian K. Dabkowski , P.E. 1 11P'[. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/21:119 P.E. Lic. No: Audit No: 228201902203 N. 78828 183 Request for Qualifications Qualifications of Proposed Landscape Architect 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 Landscape Architect, as defined in the RFQ, for the stated projecUphases. 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-LA-R must be completed for each RFQ-LA Form provided. RFQ No.: 16-17-003 Urban Planning, Landscape Architecture, and Engineering Services for a Flex Park al RFQ Title: Virginia Key Name of Proposer: K'mley-Hom Name of Proposed Landscape Architect: George Ping, PLA Name of Project: 0aywalk Plaza Address of Project: North Bay V(€lage, Florida Name of Project Owner: North Bay village Project Owner Contact Name: Raymond Bammo Project Owner Contact Telephone No.: 3°5,783'5981 Project Owner Contact E-mail address: rrammo@nbvillage.com Brief Scope of Project (additional space provided): Landscape architecture, civil engineering design and permitting from concept through construction documents of this 1 acre waterfront park and plaza Value of Design Fees (if applicable): Awarded: $100,500 Basis for Difference in Value: N/A Actual: 5100,500 N!A 0 Value of Construction (if applicable): Awarded: Actual: N/A 0 Basis for Difference in Value: Project Completion (no. of calendar days): Projected: 455 Actual: 455 NIA ❑ Type of Project: ® Design -Bid -Build ❑ Design/Build © CM@Risk E] Other (specify): LEED or Green Globe Certified Project: In Yes ❑ No If yes, level of Certification: Was work pe rmed a etiiv mployee of the Proposer? 0 Yes ❑ No (! June 12,2017 Sign t re of Author ed Officer Date Aaron Kuchler, P.E. Senior Vice President By: Printed Name Title OFq lA Request for Qualifications Qualifications of Proposed Landscape Architect 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 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 non -responsive. Reference Form RFQ-LA-R must be completed for each RFQ-LA Form provided. 16-17-003 RFQ No.: RFQ Title) Planning and Landscape Archiecture, and Engineering Services for A Flex Park at Virgiisa Key Name of Proposer: Malley -Ham Name of Proposed Landscape Architect: George Puig, PLA Name of Project: Regalia Park Address of Project: Miami, FL Name of Project Owner: City o(Miemi Capital improvements &Transpo� Project Owner Contact Name: Maria Pineda Project Owner Contact Telephone No.: 3a5.2244770 Project Owner Contact E-mail address: mpineda@ciryofhomestead.cgm Brief Scope of Project (additional space provided); Lead landscape architecture services for this 15-acre waterfront passive park that transformed the underutilized waterfront into a more cohesive and vibrant public space that helped connect the public to the waterfront Value of Design Fees {if applicable): Awarded: 5313'679 Basis for Difference in Value: N!A Actual: 5313,629 N/A ❑ Value of Construction (if applicable): Awarded: $5,20Q000 Basis for Difference in Value: N/A Actual: 55,200,000 NIA ❑ Project Completion (no. of calendar days): Projected; 437 Actual: 437 N/A 0 Type of Project: © Design -Bid -Build ❑ Design/Build 0 CM@Risk ❑ Other (specify): LEED or Green Globe Certified Project: fl Yes 0 No If yes, level of Certification: Was workffi;rforme . j' n employee of the Proposers Q Yes ❑ No By: r - _ it r June 12, 2017 S'itir}ature of Au -. rized Officer Date Aaron Buchler, P.E. Senior Vice President Printed Name Title RFd-LA 0 a a 1 r a Z 0 a z a a n .'O S m QUALIFICATIONS OF LANDSCAPE ARCHITECT Yg ors 11 2 Er 03 3 E m p 2 O ` v D_LL 3 o • E _ c o0 £ a' v o W TtL ,c as lx t$27E m .8't-a2 J N N 8 y v 'A v c °ii ii.2 amC a A o. `m w w Sai v o- U L46: N IIOi C LL N a 2 a . y r U E m E m 9 803am mo, tt c rtia, r a = u ▪ N b Ie 0 ._ ff w E o lil �s o_a. O :I a-- S. e. o c a= • m a'i 0, i €a m er01pi 5 it E n 'cr �fl mS._2 a` mo Qxa,'° 3 avm ua o v 5 a E o 0 a o c u�•w a a."�eo� ;C HaI ia mt'm OAS'„me c it m oo rn rx G V, 0 01 d L a r+0i ra ,Q V J D a 0 0 a 0 r. E Z 0 E N 0 O O 6 y O Z m ar a m Cf E E a E s z z ASz x a 0 Z Actual: 5z,oao,000 0 Z Project Compketion (no. of calendar days): Projected: 0 e m 0 N Aaron Buehler, P.E. Printed Name QUALIFICATIONS OF LANDSCAPE ARCHITECT Qit)' Of i+iiiiiiii Daniel .J. Alfonso Oily Manager To Whom 11 May Concern: Subject. Reference Letter for Landscape Architect (LA), as defined In RFQ No. 16-17-003. the f olio omg Sechon 1u be Caniplolod by tar. Proposer. Name of Proposer: kimley-Horn Name of Proposed LA: George Puig. PLA The above referenced Proposer is responding to a Request for Oualltications (RFO) that has been issued by the City of Mlaml, We require that the Proposer provide written references for their proposed Landscape Architect. 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 Project. Baywalk Mani The Following Section to be Canipleted by the hrwlett (Jewel Scope of Work for Referenced Project: landscape, w CIF engineering design $ permitting for waterfront pant_ Value of Project. $11ta.5oa Value of Construction: $ Type of Project: 0 Design -Bid -Build ❑ CM@RIsk ❑ Design -Build 0 Other (a'srgn Pref.,/ } Construction completed on time and within budget: © Yes ❑ No Not i41,pf�u�1.le - 1 Pretax wad.* How longdid the Lew}tie' proposed LA serve in this capacity an this project? } lilt ben Quality of Work. rAt Above Expectations 0 Average ❑ Below Expectations Errors and Omissions. 0 Above Expectations ® Average 0 Below Expectations (1Wurc cxexise uns i,W,urles renter errors wrd onesswns than ana: gated ay Prviect'Owner Did Errors and Omissions result in increased construction cost? 0 Yes ❑ Ne N I" 'tip'' Was the Landscape Architect responsive? Yes 0 No Was the Landscape Architect timely with reviews and submittals? IS( Yes 0 No Did the Landscape Architect effectively resolve issues in a timely manner? ( ' Yes [I No Please type in the field below to provide comments (Please use the neeched additional page. as necessary), Name of Project Owner: North Bay :image Name of Project Owner's Representative: RRonnord Rammo Signature of Project Owners Representative: r! Tills: Public Welds Director > , rC /16104h0 Telephone:3052B3 5981 Date. 13l1212017 S+ncerely. Annie Perez. CPPO Dneceur Procurement Department E-mail: liammoanbvillagecom FIFO -USA ReuseeP 5+sdte 186 187 QUALIFICATIONS OF LANDSCAPE ARCHITECT QCitp of Miami .444N Daniel J. Alfonso City Manager To Whom li May Concern: Subject: Reference Letter for Landscape Architect (LA), as defined In RFQ No. 16.17-003. 1 hie FulloWe ig Section lu b,; Cumin rlud by the Propose'. Name of Proposer: Kimley-Horn Name of Proposed LA: George PuIg.PIA The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Landscape Architect, The Proposer is requesting that you. as the Owrier of the referenced project, provide the following information as well as any other peninem information. Your insight is appreciated. Name of Project: Regatta Park The Following Section to be Completed by file Project Owner Scope of Work far Referenced Project: Lead landscape architecture services Value of Project: $61000,00o Value of Construction, $5,2im,QoQ Type of Project: 125"Design-Sid-8ulld CM@Risk �❑/ Design -Build © Other ( ) Construction completed on time and within budget: Er -Yes ❑ No r� ff yen How long did the proposed LA serve in this capacity on this project? .24 Bel ow of Work: E Above Expectations 0 Average 0 Be fw Expectations Errors and Omissions: ErAbove Expectations ❑ Average 0 Below Expectations (Above expectalipns indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the Landscape Architect responsive? Was the Landscape Architect timely with reviews and submittals? Did the Landscape Architect effectively resolve issues kn a timely manner? eb‘eI Name of Project Owner: (RyaMiami Capital improvements &Transpor don Pr ram ❑Yes servo H'Yes El No [iKes ®No des CI No Please type in the field below to provide comments (Prease AB the attached additional page, as necessary)' 'C i'n di y/Jer +-' 4 yecin �rl ? [ sires eyyclrr�� ;-•�c,t �cc jt lylr C 'fld>w' �r!t.e( ,/1Q 13ed- Name of Project Owner's Representative: Maria P eda 11 Signature of Project Owners Representative: Title: fmiler Senior Protect Manager Telephon e: 305.224'477o Date. 6/12/2Q17 Sincerely, Annie Perez, CPPO Director Procurement Department E-mall: mpineda8acityofhomestead.com RFO-Le-R non od ant S./2016 QUALIFICATIONS OF LANDSCAPE ARCHITECT (its► of Minot ;016,, 'va Daniel J. Alfonso City Manager To Whom It May Concern: Subject. Reference Letter for Landscape Architect (LA), as defined in RFQ No. 76-17-003 The Following Section to be Completed by the Proposer. Name of Proposer: KLxtley-Porn Name of Proposed LA: George Puffy. PLA The above referenced Proposer is responding to a Request for Qualifications (RFQ)that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Landscape Architect. 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 Project: PBA/fern Isle Park The Following Section to be Completed by Ole Project Orvncr. Scope of Work for Referenced Project: Lead landscape architecture services & park design Value of Project: $178.00° Value of Construction: $2,oQQ000 Type of Project: t,] Design -Bid -Build ❑ CMtRARisk ❑ Design -Build 0 Other ( Construction completed on time and within budget: 0 Yes 0 No N/Ar _7iu: f,Zwa jy ,�rfa. How long did the proposed LA serve in this capacity on this project? ! 'Se. Quality of Work: 5o . Above Expectations d Average 0 Below Expectations Errors and Omissions: ❑ Above Expectations a Average ❑ Oefaw Expectations /V%1- {Above expectations indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in Increased construction cost? 0 Yes ❑ No i/Y/(14 Was the Landscape Architect responsive? SDI Yes ❑ No Was the Landscape Architect timely with reviews and submittals? 121 Yes ❑ Nu Did the Landscape Architect effectively resolve Issues in a timely manner? f Yes ❑ No Please type in the field below to provide comments (Please Ilse the atrachad addllrana page, es necessary) Name of Project Owner: City cf Miami Name of Project Owners Representativelosep : evao Caldeira, CIP 9'rrcct Manager Signature of Project Owner's Representally� Title: Protect Manager f=-" T elephone: 305A16,1290 Date: 6/12/2017 Sincerely, Annie Perez, CPPO Director Procurement Department -mail' icaldelrawmianllgov.tam AFo-LAO Re0.ed arisople 188 189 QUALIFICATIONS OF LANDSCAPE ARCHITECT QUALIFICATIONS OF LANDSCAPE ARCHITECT George Puig, PLA Project Manager/Landscape Architect 1;di, vanr !:Y/?i71'; 8aywalk Plaza Area Design. Norm Bay Village FL — Project manager and landscape architect. -As prune consultant, kimiey-Hare and Associates Inc. provided North Bay tillage with landscape architecture and civil engineering services for the site improvements to separate plaza areas avid connector boardwalk under the east bridge along JFK Causeway, Services include the design of landscape architectural components including hardscape, landscape. site furniture, site lighting and irrigation from concept through construction, Part of the design elements of the project includes an iconic"sail structure" to serve as a focal point. The contract is funded through The Florida Inland Navigator Dtsluct (FINfD1. Coral Way Medians, Miami, FL —Landscape architect for the design median improvements for the existing medians within Coral Way between 12th Avenue and 37th Avenue in the City of Miami. 1 he protect included landscape and hardscape plans, as well as obtaining at required permits and Construction supervision. General Landscape Architectural Services Contract, Miami, FL —Serving as project manager for the Kirn€ey-Morn team that is providing tire City of Mrarnl wrlh landscape archheetuie services at venous project sites throughout the City, Services include the design of landscape architectural components including hardscape, landscape, site furniture, site lighting and irrigation for different project types including parks, streetscapes, and ether related urban public realm areas from concept through construction, The contract is being funded through The City of Miami Capital Improvements Program (CIO), Miami River Greenway Design - Six Sites, Miami, FL --Serving as landscape architect, Kimley- Htorn was retained for the development of a master plan far six sites owned by Miami -Dade County. Iwo design options were developed for each site and presented to the public and the Miemi River Committee for discussion and concurrence for the recommended alternative to proceed with the design phase. Design included site development, drainage, permitting (DERM and FDEP}, lighting, structural design new seawalls, and repairs of existing landscape and irrigation, Locations include SW 2nd Avenue Bridge, 54th Street Nielromover Station, Miami Avenue Bridge: Beneath County Maoorall, adjacent to FPL riverwa€k. Beneath County Metrorall. adjacent to "Nee Verlika;" and M-D PIASU pump station and connection to North River Drive. MiamiWortdeenter, Miami, FL —Serving as landscape architecture project manager. Kirnley- Hol n partnered with a private developer, the City of Miami, the Miami Community Redevelopment Agency (CRA), and other stakeholders in preparing typical sections for etreetscapes for the City's largest proposed downtown project, hurley -Hain alto partnered with numerous utility companies to determine nesting underground conditions. Once this information was obtained, weworked with multiple stakeholders to develop and evaluate various streetscape options for roads and avenues within the multi -block project limits Ingraham and Triano Park Improvements, Coral Gables, FL —Served as project manager. Kepley -Horn is responsible for the landscape, hardscapa, fountain, site furniture. irrigation and architectural improvements at Ingraham Park. a 1.5-acre park at the intersections of Le Jeune Road and Ingraham Terrace in Coral Gables. Ingraham Park has been a passive park for the City of Coral Gables for many decades, but does not include any significant recreational features or amenities to be enjoyed by residents and visitors. The inclusion el walking/exercise trails, outdoor exercise equipment. trellises, fountains _ and site turnituie using historic Coral Gables architecture prominent throughout the City as inspiration, provides residents and visitors vaith the opportunity toenjoy many additional activities within the park, LPPLaed re,17a_vighua Key..undd Special nr,_rlitications: ii Has r.r n/cape ht itur2 experience ■ Chas of the tlialni-Dada Count' c;n D rilrpre nt Review tJimmrtlee ■ CM:tens for a Moiler South Rondat4aecuhve Board roarer ■ Neat Streets fasami • Beam Member • Team oriented with a unique blend of design krrowfedge and Inanogemeol experience ■ Critical involvement in recreational and streetscape hype pro;r its hunt concept through construction adiministratrun Professional Gredentiale: • fiacheler of Landscape Architecture. Landscape Architecture, University of Florida. I gig ■ PlofetsionalLandscape Architect In Florida H 00171706. November SI. 2r000 and Puarle Rica I',EL)). :SSCedtralning ce9trtln3.tiurl Professional Organizations: * r1T'eni,ln Sarjely of Landscepe hrctiitects ifPDLhj_ Full Member Is Glean Land Institute • Coleus 110Ar qurtectn I.rqlaitentns Pa, Pue,l.r Fr:4 ROCK 5OATT, n M:M OH ,"rSECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD Of LANDSCAPE ARCHITECTURE 'Fire tANOSCAPr n-YC: IITECT OUSINESS Named beww l]AS NEOr5TERED Uncki ore PAWHiur.s rA Ch pt 4at Fa Eatpraboodaln NOV an, auto e]MI EY-HORN AND ASSOCIATE 5 INC vuSO%noose RALEIGH NC 276aB.1068 DISPLAY AS REQUIRED BY LAW RICK SCOTT; GOVERNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS ANC PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE LiMENSE MUMSER LA9aalT The LANDSCAPE ARCHITECT Named below HAS REGISTERED Under the provisions of Chapter 4B1 FS. • Expiration date NOV 30, 2017 PUIO. GEORGE FOLNARD 21b1 LEJE.UNE ROAD SUITE 202 CORAL GABLES FL33154 laueao. iIloa Die 005L L15rr 0,10+5BB 190 191 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shad 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: Urban Design, Landscape Architecture and Engineering Services for a Name of Key Personnel: Mark Johnson RFQ No.: 16-17-003 Title of Key Personnel (for this project): Principal In Charge, Project Manager, Urban Designer Name of Project Owner of Project Value of Project Role in Project Status of Project Rivers District Master Plan Calgary Municipal Land Corp. 500,000 (plan) Principal in Charge 90%complete Project Connect St. Louis Development Corp. 1,009,000(plan) Consulting Principal 90% Complete Plaza de Panama City of San Diego $79,000,000 Consulting Principal CA Julian B Lane Riverfront Park City of Tampa 536,000,000 Principal in Charge CA Availability based an % of time per month Month 1 50% Month 2 50% Month 350% Month 4 5°36 Month 5 60% Month 6 6096 Month 7 6036 Month 10 60% Month 13 66% Month 1660% Month 8 6036 Month 9 6036 Month 11 6Q36 Month 12 6°36 Month 14 60% Month 15 5°36 Month 17 6036 Month 18 60% Status Abbreviations: PD= Pre -Design P=Permitting SD - Schematic Design CA=Construction Administration DD = Design Deve#opment PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 712912016 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'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title' Urban Planning, Landscape, and Engineering for Flex Park at Virginia I RFQ No-: 16-17-003 Name of Key Personnel: Brady walker Title of Key Personnel (for this project): Environmenial5cientistlEcolagist Name of Project Owner of Project Value of Project Role in Project Status of Project Commercial Distribution Center Cocoa, FL $130, 000 (Environ fees) Lead environmental scier CA Univision Broadcast Tower Relocation Miami, FL $65,000 (Environ fees) Lead environmental scier P Colony Beach Club Longboat Key, FL $25,000 (Environ fees) Lead environmental scier PD Tampa RV Park Tampa, FL $40,000 (Environ fees) Lead environmental scier PD/DD Palm Springs North Commercial Plaza - Miam Miami, FL $45,006 (Environ fees) Lead environmental scier PD Availability based on % of time per month Month 1 30 Month 4 40 Month 7 50 Month 10 60 Month 13 60 Month 16100 Month 2 30 Month 3 30 Month 5 49 Month 6 40 Month 8 S0 Month 9 60 Month 11 60 Month 12 60 Month 14 75 Month 15 75 Month 17 100 Month 18100 Status Abbreviations: PD= Pre -Design P-Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents i cO w Form RFQ-WC Reven4 712912015 PROPOSER'S CURRENT WORKLOAD CAPACITY PROPOSER'S CURRENT WORKLOAD CAPACITY 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 (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning., Landscape, and Engineering for Flex Park at Virginia RFQ No.: 16-17-003 Name of Key Personnel: Adrian K. Dabkowski, P.E., PTOE Title of Key Personnel (for this project): Traffic Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project in -House Transportation Program Support City of Miami $25,000 Project Manager PD Speed Reduction Study City of Miami $71,909 Project Manager DD SW 14th Street Closure City of Miami $28,900 Project Manager DD Grapeland Neighborhood Tragic Calming City of Miami $34,000 Project Manager DD Miscellaneous Private Sector Development Various $500,090 Project Manager ❑D, P Availability based on % of time per rnonth Month 1 50 Month 4 60 Month 7 75 Month 10 90 Month 2 50 Month 3 50 Month 5 60 Month 6 60 Month 8 75 Month 9 80 Month 11 S0 Month 12 90 Month 13 90 Month 14 90 Month 16 90 Month 17 90 Status Abbreviations: PD= Pre -Design P=Permitting SO - Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 15 90 Month 1890 Form RFC -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 3r' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Urban Planning, Landscape, and Engineering for Flex Park at Virginia I RFQ No.: 16-17-003 Name of Key Personnel: George Puig, PLA Title of Key Personnel (for this project): Landscape Architect Name of Project Owner of Project Value of Project Role in Project Status of Project Broadwayand First Avenue Park City of Miami $900.000 PM/Landscape Architect DD PBA/Fern Isle Park City of Miami 52,000,002 PM/Landscape Architect DD Availability based on % of time per month Month 1 25 Month 2 25 Month 4 5° Month 5 50 Month 7 75 Month 8 75 Month 10 80 Month 13 90 Month 16100 Month 3 25 Month 6 5o Month 9 75 Month 11 8° Month 12 80 Month 14 90 Month 15 90 Month 17 100 Month 18100 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFC -WC Revised 7126/2016 mo 0 _ m tit n c z 0 r- 0 'O PROPOSER'S CURRENT WORKLOAD CAPACITY rr , 'frw ,vr.4111.: ONE fo sammopr..,44% rottsofikAa.0 cAlt *•5 Kara d Pi -ma, HarbEra Park, San Diego, Criss ^ " '72„-• ---49ROMPOk EXHIBIT 1- AGREEMENT PROFESSIONAL SERVICES AGREEMENT Exhibit 1 CITY OF MIAMI PLANNING AND ZONING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT ShNICn Category Urban Deston Landscape Architecture and Engineering Services for a Flex Park at Virginia Key IRFO 16-17-0031 Contract Type Protect Specific Consultant TBD TABLE OF CONTENTS ARTICLE 2 GENERAL CONDITIONS. 2.0E TERM ................. ... .. ... .,.............. 2.02 SCOPE OF SERVIES ... 2,03 COMMUNITY BUSINESS ENTERPRISE I"GSE"1 PARTICIPATION.. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL . 3.0CONSULTANT NE'Y STAFF .............................................. 3.04 TIME FOR PERFORMANCE ____. _.__. _. .-.. .,. 3,05 STANDARD OF CARE .............. ............... .,.,.,.,.,.,.,. .,.,.,.,.,.... .,.,...... .. ARTICLE 4 EUBCONSULTANTS..............................._...............,...........,..............................,..,......... 12 4.0E GENERAL .......... ................ .................. _.,.,...,... .......,.,. ......,.,....., 12 4.02 SUBCONSULTANT RELATIONSHIPS ... .......... .,..., .,...,,. ................., ........ ....... 12 ARTICLES DEFAULT. ............... _.._. ___. __._. _._.__ 12 .10 10 .�. CURE -F DEFAULT; F ....... ...... ....... 1 9.03 TIME TO CURE DEFAULT, FORCE MAJEURE ....,-, ,...... J 6,01 CITY'S RIGHT TO TERMINATE .._ ,.. _.. 6.02 CONSULTANT'S RIGHT TO TERMINATE ................... ... 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT ............. ARTICLE 7 DOCUMENTS AND RECORDS ....... ............................. 7.01 OWNERSHIP OF DOCUMENTS .. _....... . ........... 7.02 DELIVERY UPON REQUEST OR CANCELLATION„ ................. 7.03 RELISE BY CITY .... .. ....... .. ........... .. .................. .. ......... .. ............. 14 7A4 NONDISCLOSURE . ____ .... __.. 14 T.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS ............ ............. ............ 14 7.36 E-Verily.. 15 ARTICLE 0 INOEMNIF ICAlION.............. ... .............. ,..-......, ., .,....._ .. ........,15 ARTICLE INSURANCE .................... .... .......... .. .................................... .. ......... .....15-1E 9.01 COMPANIES PROVIDING COVERAGE . .............. ..........,.,.. .., ..,..... ...., 15 2.32 VERIFICATION OF INSURANCE COVERAGE.,,,, ,, ____.. _. , ,.,.�...... . .... 15 9.03 FORMS OF COVERAGE ................ ......... .... .. .. ........ .............. 16 0.34 MODIFICATIONS TO COVERAGE ..... ........ ............... ....,,,,............,,,,15 ARTICLE 10 MISCELLANEOUS ............. ... .._,... .. ,. . -,... .. ., .......,.....,........ ., _..,15 10.01 AUDIT RIGHTS; INSPECTIONS _ _ _.... _ _.....,.. _. _ .,.,18 10.03 SUCCESSORS AND ASSIGNS. ..........,.. ............ ... ... ..... 17 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE .,._._ 17 10.06 APPLICABLE LAW AND VENUE OF LITIGATION,.. .. ....... ... .............. .. ....... 17 10.06 NOTICES 17 18 10.07 INTERPRETATION. ..... .. .. ... ...... .... ........,. .., ....... ., .........10 UNan Dusgn LJ,.c:we Arcneoctur0 and Eno.nuAvg Sernws fu:a Flux Pax at Virww Key RFO 161E-095 PROFESSIONAL SERVICES AGREEMENT 10-30 JOINT PREPARATION...,..... .........,. _.............. 18 10.26 PRIORITY OF PROVISIONS ,.____.,_-- 10 10.10 MEDIATION -WAIVER OF JURY TRIAL ..,..... _..._ 1E 10.11 T3ME.... ........................... 10.12 COMPLIANCE WITH LAWS 10.12 NO PARTNERSHIP ............. 50.14 DISCRETION OF DIRECTOR......................................................_..._......,..............,....,..,........_...._...._19 10.15 RESOLUTION OF CONTRACT DISPUTES..._.._..._..._..._.............................................................. 19-29 10.16 INDEPENDENT CONTRACTOR ..,. ....., ...__20 10,1THIRD TENEFIGI657 ............. .................... .... ... ... ..... _.._..._...,20 10,19 ADDITIONALONAL TERMS AND CONDITIONS20 ATTACHMENT A - SCOPE OF WORK 24 ARTICLEAl GENERAL.........................................................................._....,.,,. _-...,24 A1.31 SCOPE OF SERVICES. 24 ARTICLE A2 BASIC SERVICES............... .......... -.-,._._...._,- ..............24-26 A2.02 SCHEMATIC DESIGN .-........-, ......,... ............... ..................... 25 A2.04 GONSTRUGTION DOCUMENTS .... .. ........ ....,.,..,...., ......... ....�.., 26 A2.05 BIDDING AND AWARD OF CONTRACT........................................................................................... 27-30 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT... _..__ ............... 23-31 ARTICLE A3 ADDITIONAL SERVICES 31-32 A3.01 GENERAL_.._.._..__._.,._......................................-......._..................................._....,....................,,.., 34 ARTICLE A4 REIMBURSABLE EXPENSES ............ .......... .. ............ .......... ...,..,.._..... _._32 A4.01 GENERAL- ........... 32 A4,02 SUBCONSULTANT REIMBURSEMENTSu-.-......................................................................................... 33 ARTICLE AS CITY'S RESPONSIBILITIES........................................................_...,......................,........33 A5.01 PROJECT AND SITE INFORMATION..._...._ ..,._..... 33 AA02 CONSTRUCTION MANAGEMENT ,,.,„,..,.,.., _ ,,,,, 33 SCHEDULE AI- SUBCONSULTANTSISLJBCONTRA'TORS _.. ...., ....,.34 ARTICLE B.1 METHOD OF COMPENSATION .......... ............ ................. .. _.__._._.___35 81 01 COMPENSATION LIMITS .... ............_. .. ....._.._... ....,......., ...,.,..,., . ...._... ., 35 B1.02 CONSULTANT NOT TO EXCEED _..._.. ... .... ....... ... ....... 35 ARTICLE B2 WAGE RATES .. ......... ..._ .. .. ....... ..... ..... ........35 82,01 FEE BASIS ... .. ..... . .. .,.,_.,.. .. _.... ..., ..., ............. 35 82.02 EMPLOYEES AND JOB CLASSIFICATIONS ................... _ _.........,..-..._„33 B2.03 MULTIPLIER .............. ... ............. ............ ...., ..,.,.., 05 52.04 CALCULATIONMYEBE E,. T..03021 .............. _..__.. _,-.._ ,....,....,........., 35 82.06 EMPLOYEE BENEFITS AND OVERHEAD... ._........ ... ................_... .... ....,......., 36 82.06 ESCALATION ... ..... ..... .. ............ . ,...... _ ., .,. ...., . ........., 3E ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION _._, . „..................................35-30 B3.01 LUMP SUM ............... .. ... .,....,....,.......... 36 R3,02 HOURLY RATE FEES ................ . ... . .. .......,.. ,........ ,........, ........,...._.... ., 36 B3,03 REIMBURSABLE EXPENSES.. _.. _......... ..... ............ ... .. .. ............... 3fi B3.04 FEES FOR ADDITIVE or 0EDUCTIVEALTERNATES ............. .... ..... ..... ... ....... _..37 .,.. _.... ......... ........ .......... 37 B3.06 PAYMENT EXCLUSIONS.... _............ ... ........... .,....,....,..,.,...., 37 37 ARTICLE B4 PAYMENTS TO THE CONSULTANT ................. ............................ ... ....____....3738 B4,01 PAYMENTS GENERALLY.... ............................................... ..... .. _.__. _...37 B4.02 FOR COMPREHENSIVE BASIC SERVICES, .,„ _., ........ ..-.... .... .... ...... ..,.......�..... 37 B4,03 BILLING -HOURLY RATE. UM, 0cs+On. Landscape A2nneuturu and Enlinuunny 5orvovs lora Flex Paxal wry,n,a Key RF4 161 rAe EXHIBIT 1 - AGREEMENT Deleted: 19 198 199 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT PROFE4_Slewu 5ERv4CE5 AGREEa 0141 PROFESSIONAL SERVICES AGREEMENT HA.GA PAYMENT FOR ADDITIONAL SERVICES AHD REIMBURSABLE EXPENSES. 97 BA.05 DEDUCTIONS. _.... ...,....,.. _97 ARTICLE 135 REIMBURSABLE EXPENSES. . ........ ......._....._...,..... ................. 3B-39 RG,01 GENERAL....._ ..... ............... 33 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTB3a ARTICLE BB COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 39 B6.01 GENERAL... ... ...._.. ... .. ...... .................. ........__._..�39 s0HEOULE a1 • WAGE RATES SUMMARY __... ......... ........_V._�a SCHEpULE R2 - CONSULTANT INVOICE It Urban De19 n. La Amoy. Amhner. HN 1a-17.401 200 CITY OF MIAMI PLANNING AND ZONING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category Urban Design. Landscape Architecture and Enemeennq Services for a Flex Park at Virginia Key (RFT] 1&17-003,1 Contract Type Project Specific Consultant TBD Consultant Office Location TBD City Authorization TBD Agreement Number TBD THIS AGREEMENT made this day of In the year2017 by end between Tf4E CITY OF MIAMI, FLORIDA, hereinafter called the "City; and (Consutants Name). hereinafter called the 'Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ') No. 16-17-003 on . 2017 for the provision of Urban Design, Landscape Architecture and Engineering Services for a Flex Park at Virginia Key (the "Project") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified ler the provision of said Services. The RFO and the Proposal are sometimes referred to herein, collectively. as the Solicitation Documents, and are, by this reference, expressly incerpe7aled into and made a pad of this Agreement as if set forth in full. The Solicitation Documents ere deemed as being attached hereto and Incorporated by reference herein as supplemental terms. pmvelne. however, that in the event of any confficls(o) with the terms of this Agreement. this Agreement shall control and supersede any Such con9fctsls1. B. WHEREAS, the City, through action of the City Manager endlar the City Commission, as applicable, has selected the Consultant in accordance with Section 297.055. 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. enpinearynp aarvlcas fora Float Pars of Virelnia. Key Urban Orelan, La,1Eacapo. Archlinctvra oral01,01,ar0E 9ar,Naa fora Ole, Pa* at Vir41nia Nsy RFC 16.17.063 1 201 EXHIBIT 1- AGREEMENT PROFESSIONAL SERVMES AGREEMENT C. WHEREAS, the Cup Is awarding this Agreement as provided herein for the Project. The City. acting by and through its City Manager. as further detailed in the Scope of Work, Attachment A, as may be emended from lime to time, prior to issuance of any Notice to Proceed or at ether reasonable intervals decided by Iite City Manager may elect at the City's discretion to proceed with the work on a phased basis. The phases of this Project may be substantially in conformance to the Schedules indicated below: 1. Phase 1 — Pre -Design Planning and Study Activities to Include Assessment and Recommendations Report, Programming, Budget Cost Estimate and Documentation of Existing Conditions. Deere this phase. the Consultant shall prepare an Assessment and Recommendations Report. Architectural Programming p.c., research and decision -making process Mat identifies the scope of work to be designed}. Preliminary Budget and Cost Estimate and Document the Existing Conditions. 2. Phase 2 — Schematic Design Phase.. During this phase, the Consultant veil confer with the City to ascertain the specific requirements of the Project and prepare Schematic Design proposals consisting of drawings and oilier documents illustrating the scale and relationship of the Project components for approval by the City, The Consultant wid further salami to the City a Statement of Probable Conseucl,an Cost based on current area. volume or other unit costs. 3. Phase 3 - Design Development Phase. Owing lies phase. the Consultant will prepare Design Development Documents which describe the size and character of this entire Project as to design, architectural, structural, rnechanical. marine, and electrical systems and sech other elements as may be appropriate. 4. Phase 4 — Construction Documents Phase. During this phase, the Consultant will prepare the Construction Documents and assist the City in preparation of the bidding documents based on the approved Resign Development Documents. 5. Phase 5 —Bidding and Negotiation Phase. During this phase. the Consultant will assist the City with the competitive solicitation process. evaluation of the bids received and the awarding of the construction contract. 6. Phase 6-- Construction Phase. Administration of the Construction Contract. During (his phase, the Consultant will assist the City with the administration of the construction contract. 7. General. )a) Each phase shall have eatabliahed a Guaranteed Maximum Cost inclusive of all professional fees. tabor and material. for performing the specified Work for such phase. Wean Ong..Sandscan AM 100 awl Erg,rcsrq sa+.sm. 6. F lea FMA a* lNgaw see FIFO,btr-0a3 PROFESSIONAL SERVICES AGREEMENT This shall be required for any Notice to Proceed for any phase and will be agreed 10 by the parties in writing. Reimbursable Expenses for each phase shall be estimated. (b) The City. acting by and through its City Manager, at its discretion may elect to negotiate and proceed with Phases 2, 3, etc. et. al., or some or all or none of the phases following Phase 1. This decision by the City will be final and will be in the exercise of the discretion of the City Manager and may not be appealed by the Consultant who will have no recourse from such decision except to be paid for the work previously authorized and submitted; (c) The satisfactory completion of Work in the preceding Phase shall be a condition precedent to authorization from the City to proceed fir commence the Work on any subsequent phase. WITNESSETH, that the City and the Consultant, for the considerations and stipulalmns herein set forth. agree as follows: Alt recitals set forts above ,n the preamble to this Agreement are incorporated by relerence herein and expressly made part al this Agreement, OW-nesyn. lo,Escaw Arsaiac 00 sad Fnpcena,q Senon.,w a Fy. Pa0 41 W5.e,a Key RFo t&, r.00a EXHIBIT 1 - AGREEMENT 202 203 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT Pao0ESsl0NAL SS RVICSSAG0EEutwl ARTICLE 1 DEFINITIONS 1.01 Additional Services mean any Work defined as such in a Work Order, scoured In compliance with Fiords, Statutes and City Code, 1.02 Attachments mean the Attachments le the Agreement are expre55ly i0c0rp0faled by reference and made a pail of the Agreement, as re set iorlh in ILA 1.03 Base Fee means the amounl of compensation mutually agreed upon for the completion o1 Basic Services. 1.04 Basic Services mean Ihose services designated as such in a Work Order. 1.05 City Commission means the Iegeslative body of the City of Miami. 1.05 City Manager means the duly appointed chief admm101ratrve officer of the City of Miami. The enactor may consult wan the City Marlayer IOganding mayor or substantial decisions mvllwng this Agreement, 1.07 City or Owner means the City al Mltml. Florida_ a Florida namicipal corP0r0k0n. the pubic agency which is a party hereto and for which the Agreement is to be performed, In al respecL0 hereunder, the City's podormanoe is pursuant to the City's position as the Owner of the Protect. In the event the City exercises its regulalory authority as a governmental body, the exercise Of such regulatory aulhoniy end the anforcemonl 0l any rules, regulation., codes, laws and ordlnancea. shall be deemed to have occurred pursuant to the City's authority as a governmental body -and shall not he attributable In any manner to the Cily es a party to the Agreement, The City of Miami Shall be referred 10 herein as "City.' For the purposes of the Agreement, "City' without modification. shag mean the Cily Manager. 1,08 COmmjsar0n means Ina tegmslawe body of the City OI Meaml. 1.09 Community Business Enlerprtse ('CBE) means a torn which Ivan been owvged by Ml0mt-Dade County, which will provide alcltliectulel. landscape architectural, engineering, or surveying and mapping prolossional services, to Ih0 Consultant. as required pursuant to City Cado § 10.87. 1.10 Consultant means the rndtoidu01. partnership, corporation, association, loot venture, or any combination thereof. of legally registered professional archtreels, or engineers. which has entered into an Agreernenl la provide protessional services 10 the City. 1.11 Contractor means an erdreideat partnership. C01perati0n. association. luml vendee. or any c0m0inahan thereof, which hes entered into a centred with iho City for construction of City latiteies and incidentals thereto. 1.12 Director means the Director or authorized designee. of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under led Agreement. Unless otherwise specified herein or In a Wolk Order, for the purpose al Ilea Agreement, the Director rs the loop administlalol Of the Planning and Zoning Department or authorized design.. 1.13 Errors means deers in the plans, specification Or Other d0Centen1 prepared by tee C0ns0lwnl Thal are shown mcorredly. ode h resells In a change to eve Services and results in 1r1e need for the construction contractor to perform rework ce addnionel work Or which causes a delay to the completion of cnnslruchon. 1.14 Errors end Omissions means design deficiencies In the plans. specifications or other documents prepared by the Consultant, welch must be corrected in order !or the project to function or be tuft as intended. 1.15 Inspector means an employee al the Cuy, or of a consulting firth hired and assigned by the lily. to conduct observaltals of Work performed by a Contrador. Urban 0eogn, Lantleoape Architecture Ind arpaioenng Services for On. Part a1 Vlr4Ina Key most itsmorato s0HVlet Sedint Lit el 1.16 Xey Personnel means Stab pos0bnns asesyned an a leg -line base. to Oslo Program by the Program Coordinator mom 1n0 Oaedor's approval, l0 serve as an extension oI the City's staff typcaay waekng inside the City's Miami Riverside Cantor IMRCt or other requested City facility. 1.17 Notice to Proceed ("NTP"j means the same es "Authorization to Proceed." A duly authorized written letter or oirecbve issued by the Director or Project Manager acknowledging that all conditions precedent nav0 been met andlor directing Mal the Consultant may begin work on the Protect. 1.10 Omissions mean hams that are not Shen. 0r included in the plans. specifications, or other documents prepared by the Consultant which are necessary for me proper antem sale operation of the Piojecl or required to meet he Scope of Services. 1,19 Primary Services moan !hose SOrvicna considered by City to be fundamental to the sucersshit nlanagentent of the Project as stated In the RFO, and in Mad -intent A of this Agreement. 1,20 Program means the Cty's mulleysar Capital Plan, prepared tin an annual basis that details the planned financial Fe50ur.5 and implementation schedule and strategies for the City's capital protects over a fore lit year pelmet. 1.21 Project Manager moans an employee or reptesenlalive of the City assigned by the Director to manage and monitor Work to be performed under the Agreement or the construction of a protect as a direct representative of the City. 1.22 Project means the construction. alteration andlor repair, and all services and Incidentals thereto, of a City facility, as contemplated and budgeted by the Cily, The Projeclls) shall be further defined in the Scope of Services andlor Work Order, Issued pursuant to Ih0 AgroemenL 1.21 Professional Services mean those ser0cns within the scope of the practice el architecture, protesseanal ...Teeming, or registered surveyn9 and mapping. as applicable. as defined by the laws of me Stale of Fkvnda. or those porlwmsd by any erchnecl. pr0lesseonal engine. , Or Watered surveyor 04 IruggMel m 0040100000 path Mee prole55wnal employment or practice. These 50004.5 may be abbreviated herein as archil.eclulallongineeneg services or 'prolesafonat swvkes", as applicable. which are within this definition, 1.24 Professional Services Agreement ("Agreement' or "P5A") means the Agreement and all ellachlnwlis and any authorized amnndmenll thereto. In the men( of a conflict between the Request for Qualifications ("RF0") and the Consultant's Proposal thereto, Me RED oral control. In the .venter any [andel between the Consultant's resporwo to the RFD and ors P5A, this PSA will caning. In the ewML of any 000911t between the PSA and its alrachmenis. this PSA shall control. 1.25 Resolution means iho document constituting the official approval e1 the City Commission as required Ier the City Manager to execute this Agreement or increase the Project Budget among other matters_ 1.26 Risk Administrator means the City's Risk Management Direrinr, or authorized designee, or the individual designated by the Cily Manager to administer matters relating to insurance and risk of loss Mr the City, 1.27 Seeps of Services er Services mean a comprehensive descrip00n of the acwi1es. lases, design Iealuree, objectives, deliverables and 0rtlestnnes. required tor the c mpletion of Protect or an assignment with sufficient detail to aloe a reasonably accurate eoturlaton of resources necessary lw es completion, 1.24 5ubconsultant/5ub0antra050r means a person or organization of properly registered professional architects. engineers, registered surveyor or mappers, andlor other pmlessional specially that has entered into a written agreement with iho Consultant to furnish specified professional services for a Project or task. 1.29 Wage Rages mean the ett0dwe direct ezpee a Io the Consultant anther Ilse Submnsullanl• on an heady rale basis. f01 employees m the specified professions and lot categories assigned to provide ender the Agreement Ihat justify ard form the basis for prlessional fees regaldN1S of actual manner of oomponaation, U,b,r Now, Wrolsrape hrnh,tecture arid Eng,rmining 0n,n,sea Its a net Pars at Vne1r aesl KPU 10'17405 204 205 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT PROFESSIONAL SERVICES AGREEMENT ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be effective until final completion of construction of the Protect and Final Payment is made to the Consultant. The City, by action of the City Manager, shall have the option to extend, subject to the continued satisfactory performance, as determined by the Director of Planning and Zoning Department, and to the availability and appropriation at 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 Limits are not exceeded. 2.01.1 Extens{on of Expiration Date In the event the Consultant is engaged in any Projectiej an the Agreement expiration dale, then this Agreement shall remain in effect until completion or termination of said Project(s). New Work Orders shall not be issued after the expiration dale. 2.02 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under me special terms and ,conditions set forth in Attachment A, Scope of Work hereto {to be determined), which Is incorporated into and made a pan of this Agreement, 2.03 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION REQUIREMENTS ORDINANCE 13331, ceddiied as Section 18-97(p(, City Code. Prospective Finns must adhere to the following requirements. 1 j 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"); 2) Place a specific emphasis on utilizing local small businesses from within the Citys municipal boundaries, For information an the City's CBE requirements, visit the Office el Capital Improvements (CC!) wepsile at, t3;1_P9grnls;etmi 2.04 COMPENSATION 2.04.1 Compensation Limits The amount of compensation payable by the City Id 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 to be mutually agreed upon following wmplefien of Phase 1 services, and prior to the start of Phase 2 serviced in total over the term of the Agreement and any exlension(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 Basin Services of S00,000.09. plus SO4.060.00 for Additional Services and S00A00.00 for Reimbtuseable Expenses. The Ctly may, in Its sole and absolute discretion use other compensation methodologies. The Work may never exceed the limitations provided In Section 267.055, Florida Slelules. 2.04-2 Paymenis 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 Payrnent Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "P1oper invoice" as defined by Section 218.72 (1 j, 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 (ravel expenses shall be submitted In accordance wRh Section 112.061, Florida Statutes. The µroan Deslan. Landscape AreTtactura and Engineering Sarvivas ions Flan: Park al V,NTia Kay RFO r r.i'i.acc ll PROFESSIGNAL SERVICES AGREEMENT 1.30 Work means all professional services, materials and equipment provided by, or under this Agreement with the Consultant. 1.31 Work Order means a document internal to the City which author 105 the performance of Specific professional services far a defined Project or Projects. 1.32 Work Order Proposal moans a document prepared by the Consultant al the request of the City, for Services to he provided by the Consultant. on a specific phase of a Project. Mikan Design, Landseano Arehneanno and Endlnoudng Son... fora Flax Palk at MINN. Hoy RFC lb.l-i.001 206 207 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT reorassion. scueiccSaGFIEEMENtr Consubom Shah utillle Attachment 9, Schedule 92 - Consullanl Invoice, far the submission 0! invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Conautlanl's own staff or approved Subconsultanls. unless omerwlsc provided in lege Agreement. or as approved. in writing, by Ina City. Any such approval shah not be construed as constituting an agreement between the City are arty other person or tiro,. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Deed°, or designee may make written request to the Consultant lor the prompt removal and replacement ire any personnel wepluyed or rammed by the Consultant, or any Sub000suda,USubconiracter, or any personnel of any such SubconsultanttSubcontroclor engaged by the Consultant to provide and perform services or Work pursuant to the roeulramenl5 of this Agreement. Iho ConsUllaet shell raspend to the City within lourloon (le) colander days el receipt of ouch request with either the removal and replacement of such personnel or widen justification as to why that may not occur, All decisions involving personnel will be made by the Consultant. Such request ehall solely relate to said employees working under this Agreement, 3,03 CONSULTANT KEY STAFF The parses acknowledge that the Consultant was selected by the City, in pan, on the basis of qua111100 ales el particular stall denilied n the Con5r41anTs response to the Ctly s Solicitation. hereinafter retorted 10 as 'Key Stall: Consultant shall ensure Met Key Stoll are available for Mork hereunder as long as said Key Stab is in the Conaultanl'o employ. Coneuiteet will obtain priorwritten acceptance of Director tar designee to change Key Stab, Consullanl shall provide Director. or desinee with such mformaron as necessary to determine the sultablity of proposed new Key Staff. Director wig act reasonably In evaluating Key Sten qualifications. Such acceptance shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE Consultant agrees to stall MI work hereunder upon receipt of a Norco to Proceed Issued by the Director or deognee and to complete each assignment, task or phase within the lame simulated m the Notice to Proceed. Time is nil the essence won respect to performance of this Agreement. A reasonable 0xtenelon of the time tortompletgn of various assienmenls, tasks or phases may be granted by the City should there be a delay on the part e1 the City in lute/ling Its obkgalons under this Agreement as Staled herein. Steel extension of time shell iml he cause for any clmlm by the Consullanl for extra compensation, 395 STANDARD OF CARE Consullanl is eololy responsible for the lachnlual aecame. and quality of their Services. Consullanl shall perform all Services in compliance with Florida Administrative Cade Rule 01G1&19.001 i41 and Section 471,033111 at the Florida Statures. as -amended. Consultant shah perform duo dibgence. tan accordance with standard o1 care In the community, In gathering information and inspecting a Peeled see Our to the cornmencemtm of design. Consultant shall be responsible for Pie pooress,onel (Malay, lechntoal accuracy and rmrdrnalion or eh demon, drawings, specification, and Usher Services lerntahed by the Consultant under Il0S Agreement- Consullanl shall, without additional compensation, correct or reuse any wawa, persons, andrer de0oundes in its designs. drawings. specification or other Services. Consullanl shah also be little for claims for delay coats, and any Increased caste In conslroclton, Including but not Ilmllee 0 additional work. demelelon of existing work, rework. etc.. /mmmien@ wholly tram any continent errors, omissions. and/or deficiencies hit Its designs. drawings. specification or other Services. idea., case. Lnadv+ai anstevslae and Frynr.ta,p Sums. Sr a Flux On at erne Nrr FIFO 164,003 rRr1 0 50 N0L SEFIvt1Eb 141E0MENI ARTICLE 4 SUBCONSULTANTS 4-01 GENERAL 4.01.1 A Suhennsullant. as defined In Article 1.25. Is a firm Identified as pan of the consulting team In the competitive selection process by which the Consullanl was chueen to perform the 5ervlces under this Agreement, and as such. et Identified and listed In Atteohmenl A. Schedule Al, SubponaullantslSuboontrastors. attached hereto and incorporated by reference. 4.01.2 A Specraly Subeenslltanl is a person or organization that hes, with the consent of the Director. entered into a willen agreement with the Consultant to furnish drogue and specialized prolessanal services necessary for a protect or task desuibed under Addaiunal Services. Such Specialty. Subcoi15u0an1 shall be rn adddgn to those idanldiad n Attachment A, Schedule Al, Subconsullantsisobcontraators, 4.02 SUBCONSULTANT RELATIONSHIPS 4,02.1 All Services provided by the Subrwnsultanls shall be performed pursuant to appropriate written ewer/monis between the Constlllant and the Suhconsultente, winch shall contain provlsinne that 1st eserve and protect the rights of the City under this Agreement. 4.02.2 Nothing contained In this Agreement shag create any contractual. or business relationship between the City and the 5ubeensullanls. The Consultant acknowledges that the Subconsultanls are entirely under is direction, control. supervision. retention eviller discharge. 4.03 CHANGES TO SUECONSULTANT The Consultant shag eo1 add. mothly. or change any Subconsullant nlemdled in Attachment A - Schedule Al, Subeansultenls1Subcontrectore wiltaut prior whiten approver by the Director or designee. in response ld a written request from the Consultant 5laltng the reasons lair any proposed substitution. ARTICLE 5 DEFAULT 5.01 GENERAL ll the Consultant fails to Comply wllh any in0lerial term of conditlan al leis Agreement, or falls Id perform any of its malenal one -peons hereunder, than the Consultant shall he in default, Upon the eccundnce or a default hereunder the City. in addllton to ail remedies available le it by law, upon written nal. to the Consultant and a seven (7) day opportunity to fully cure the c000110n owing floe to the defauh, terminate this Agreement whereupon an payments. advances, or other compensation pad by the City to the Consultant while me Consbltare was in default s1sa9 be enmediately resumed to the City. The Consultant understands and agrees That lernsnalton of this Agreement under this section shoe not release the Consullanl from any obttgabon accruing prior 10 the efleceve dale of lermnation. In the event of termination dale to default, In addtllan to the foregoing, the Consultant shall he liable So lee City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all casts and expenses incurred by the Cily In the re -procurement of the Services. Including consequential and ncidental damages. In the event of Default, the City may also suspend or withhold reimbursemwnls Irom the Consultant until such lane es Iho actions giving rise to default Hain been cured. S.02 CONDITIONS OF DEFAULT A ending of Default and subsequent lermmaeon for cause may tndude, without bmnalron, any of the Ic0Oweng 0.02.1 The ConSullanl lads to ebkan or rnamlain Iho pro1055anal engineering nerldiWlanl heensure insurance or bonding Ilerern required. 5.02-2 Thu Consultant (ells to comply, In a substantial Or material SunOS, wit any 01 Its duller under Ines Agreement, with any terms or oondillons Set forth In thle Agreement or in any agreement It has with the City, beyond the 5peCtkOd period allowed to cure such default. 5.02.3 The Consultant falls la commence the Servldds wbhn the time provided or contemplated harem, or Pals to complete the Work in a timely manner, as required by This Agreement, subject to any reasonable extensions of lime. Una• Dolor Sa,exeeo 0 alnlos .ra. and Enaaa'nag SanoaaF ue a Frur Pak al Migne air FIeq iy.l lat01 208 209 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT PI1t%0 SSnaa/hl 1EImc50 0G0EEweal T1ME TO CURE DEFAULT; FORCE MAJEURE The City through tiro Director or designee shall provide written notice to the Oonsultenl as lea finding of default, and the Consultant shall lake all necessary action to cure Said default within seven r7) days alter which time the City may terminate the Agreement. 11 the Default has not been corrected by the Consultant within the time specified the Agreement shall he automatically terminated en the !set day of the time stipulated In sold nonce. without the necessity of any further action by We City. Should any such failure an the pan of the Consultant be due to a condition of Force Ma)eure a5 that term Is interpreted under Florda law. or asdirect and proximate result of the negkgenl acts Or omissions of Cdy. Then the City may allow an eal.SiCn el time reasonably commensurate with t11e cause of such failure to perform or cure_ ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City. including the Director eir designee, has the nyht to terminate this Agreement for any reason or no reason, upon len (101 old ys' writer nonce to the Consuilanl. Upon termination of lino Agreement. all charts, sketches, studies. drawings. and other documents. rnUudiny all electronic copies related le Work eutlorrted under this Agreement. whether finished or not. must be fumed over to the Director or designee. The Consultant shad be pad m accordance with provisions of Attachment B, Compensation and Payment. provided that said documentation re Waned near to Drente! or aullturrzed design.e, vain ten 110) newness days of termination. Fafura to timely deliver the docamenlallol shall be cause to withhold any payments due without recourse by the Consulanl until al documentation is delivered le the Director ar designee. 6A1-1 The Consultant shad natio no recourse or remedy from any termination made by the City except to retain the Inc. and allowable testers reimbursable expenses. earned compensation Teethe Services that were performed in compliance wlll'r the Agreement. as full and final sellement of any claim, action, demand, cost. charge or entitlement itmay have, or will. have against the City, Its otfcrals or employees. 6.62 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the nght to terminate Pis Agreement, in waling, following breach by the City, If breach of contract has not been corrected within sixty (60) days from the da10 0n the Cily's receipt at a Written statement from the Consultant spelllymg breach of Its dukes. under tya Agreement. 6.93 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants Ihal it has not employed or retained any company or persot, other sun a bona free employee working solely for the Consultant to solicit or secure this Agreement and Mae he or she has not paid or agreed to pay any person, company, corporation, mdiwdual, or firm, other than a nods lode employee working solely for the Consultant any Yee, commission, percentage, g,fl, or other consideration 0a11ti0gonl upon or reselling Irum the award 1 maleny el this Agreement. For the breach or violation of this provision. the Clly shall have the right to termleato the Agreement wrlheut liability and, al Its discretion, la deduct from the contract price, or otherwise recover, the hill amount °I Sucl fee, commission, percentage. gilt, or considoralion ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS Al tracings, plans drawings. specefcalions, maps. compeller fees. opera, reports pregame or obtained under this Agreement. as well as a6 data weeded, together with summons and chaps danced there Irene rndudrng all eleettdnn dynal copies roll ve considered works made Inr tare and will based on Incremental transfer wherein the above shag become nee properly of pie City upon payments made to the Consultant or termination el the Agreement without restriction 0o limitation on then use, end will be made available, on request. to the City al any time during the porfermanoe of such services and/or upon completion or termination on this Agreement. The Consultant shall nol copyright any material and products or patent any invention developed under this Agreement. The City Matti have the right to vied the site for inspection of the work and the eroducls of the Consultant at any tone, The Consultant shalt he permitted to retain copies, including reproducible copies. solely for information, reference and display. and marketing rn connection with the City's sea and occupancy of the Pro)ecl. Tim new, Leemnew Ner.5W+ a,w eteete eete Sege.s leis rh. Pas stint x AFo 1n.1r-W3 Phrr'E0SIusru 5Elmcbs 140E64.ENt 7.01 DELIVERY UPON REQUEST OR CANCELLATION Failure of the Consultant to promptly dolivor all such documents. hone hard copy and dighal, (0 the Director or designee within ten (10) days of cancellation, or within ton 110) days of request by the City, shall be just cause nor Ina City le withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from those recur-errants. 7.03 REUSE BY CRY It is understood that all Consultant agreements andlw Work Orders ter new work. will include the provision for the reuse of plans and spacrfau0rls. including ing construction drawings. at the Crty's sole option. and by virtue of signing this Agreement. the Consultant agrees to such reuse in accordance w1th lees prowsnn wlbgul the necessity of further approval& compensalaat fees 01 daeamanls being required and walloul recant. for such re -use. The Consonant will net be liable far reelss by the Cny of plans. discontents. studies. ul ether data fa any pulpo5e other than Mat Intended by the terms and conditions of dsre Agreement. 7.04 NONDISCLOSURE To lira envoi allowed by law. the Consultant agrees not to divulge, lurnleh ,or make available to any third per.cn, fern or organization, without Director or authorized doelgnee'e prior written consent, er unless Incident to the proper perinrmence of the ConsullarrlsobUgolloes hereunder. or In the course of )UdiCwl or legislative proceedings where such information has been properly subpoenaed. any non-publie Information concerning the services to be rendered by the Consultant hereunder, and the Consultant shall require a1 01 ns employees. agents. Subconsultanls, and Subcontractors le comply with the provisions of this paragraph. 7.65 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant will keep adequate records and supporting documentation. which Camel or reflect its serwcoa hereunder. Records subject to the previsions of the Public Records Low, Florida Statutes Chapter 119, shall be kept in accordance with Ile applicable statutes. Otherwise, en records and documentation will be retained by the Consultant fur a minimum of three (3) years from the dale of termination el this Agreement. or the date the Protect Is completed. whieheverll later, The City. or any duly actebeZed agents or representatives of the City. shall have the right to audit. Inspect arid copy all such records and documentation as often as they deem necessary during the period el Ih.S Agreement and during the three fay year Mend noted above; provided. however such newly shall he conducted only dung normal business hours. Consultant t siree ackhbonally comply with Section 119.0701. Florida Slatutoo, ,oslndrrg ennead kmrlasun. it 1) keep and maintain public records that 0rdmansy and necessarily would he required by the City le per arm this service; (2) provide the public with access to pubho recalls on the same terms and conditions as the City would at lee cost provided by Chapter 119. Honda Statutes, ores olnerwrse provided by law, 3)-ensure that public records theism exempt or contd..' .and exempt (ram disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public ranorda and transfer, al no cost, to Ilia Oly all pubic records In Its possession upon lerminatron of fills Agreement and destroy any duplicate pnbllc regards MN are exempt or confidential and exempt Pram disclosure requirements; and, (5) provide all eleCtr0nrcaey stored public records In the City in a format comPalrhle with the Cily's meant -aeon loot nnlogy systems. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES. TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. mnl, b,,.y,. Lu•.n.00n. Aier,rynrwa a,.l e.iru.ts.,o Sense., rm a rey nil yi v u•.r x W nFea rem r r�mg 210 211 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT PROFESSIONAL SERVICES AGREEMENT 7,a0 E-VERIFY Consultant shall utilise the U.S. Department of Homeland Security"s E-Verify system to verity the employment eligibility of all now employees hired by the Consultant during the term of the Contract and shall expressly require any Suboonstiltant performing work or providing services pursuant to the Contrast to likewise utilise the U.S. Department of Hemelend Seeurdy's E.Verify system to verify the emp[oymenl ARTICLE 8 INDEMNIFICATION The Consultant shall Indemnify. defend, al its own cost and expense. and hold harmless the City. its officers agents. direat0as, andyor employees. from iiatrflilias, damages. losses, Judgments. and costs. including, but not limited to reasonable attorney's fees, to the extent caused by me negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Cnnuact. Consultant shall. further, hold the City, its officials a dies employees. harmless tor, and defend the City, its otic1als andior employees against. any cull actions. statutory or similar claims, injuries or damages arising or testeting Porn the permitted work, even 61 It is alleged that the City, its omdats and(ar employees were negligent. These indemnifications shall survive the term ol this Agreement. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, Ilia Consuhant shell, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Consultant expressly understands and agrees that. any Insurance protection roqulfod by this Agreement or otherwise provided by lha Consultant, shall in no way fired the responsibility to indemnity. keep and save harmless and defend me City or its officers, employees. 'agents and instrumentalities as herein provided, This Indemnify will survive the canceitadon or expiration of Mg Agreement. This indemnity will be interpreted under Ilia laws of the State of Florida, including without limitation and interpretation, which contains to the limitations of Section 72513E andiar Section 725,08, Florida Statutes, as applicable. The Cansultant shall require all Subconsultant agreements to include a provision that they will indemnify the City, The Consultant agrees and recognizes ehal the City shall not be held liable or responsible for any claims which may result from -any negegenl actions or emissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or re)eettng any submissions by the Consultant or other acts of the Consultant. the City in no way assumes or shares any responsibility or Ilabillty of the Consultant or Subeonsullant, under this Agreements. Ten defers (S1O) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indomnificatien, 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 will the Consultant has obtained ae insurance required hereunder, and the City s Risk Manager -at authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authanzed to do business under the laws of the State of Florida and sahslacmry to the Risk Administrator or authorized designee, All companies shall have a Florida resident agent and be rated al least AIX), pursuant to A.M. Rest Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall tarnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The certificates shall dearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of .any pending claims, t the time of award to the Consultant. The Consultant shaft maintain coverage with equal or bettor rating as identified herein for the term of this Agreement.. The Consultant shall provide written notice to the dman basign, Larcaacase archeclure and Engireudng 00Mfati le a Flee Parr ai Nrginia Kay Rs01,1,0 a Formatted: 9udy Test 1, Leh, Spare Sher: apt, Tut: 0.51', Lek r Not at -0.75" a -0,5' + g" , 1,15" . I.S. r 6'+ i5- I belated: PROFESSIONAL SEk3ICES AGREEMENT Risk Adminl5naler of any material change, cancellation andor notice of non -renewal of the insurance, within thirty (301 days of the change. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to City's Risk Administrator within ten t(0) days of written request. 9,03 FORMS OF COVERAGE 9.03-1 COMMERCIAL GENERAL LIABILITY The Consultant shall maintain commercial general habllity coverage with limits of at (east S1,000,000 per occurrence. S2,000,000 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. The coverage shall be Wniten en a primary and non-centnbulory Pasts with the City listed as an additional insured as reflected by endorsement CG 2010 11(85 or its equivalence, Notice of Cancellation should read 00) days, (10) 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 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read (30) days. (10) days for nonpayment_ 9,03-3 PROFESSIONAL UABILITY INSURANCE The Consultant shall maintain Professional Liability Insurance including Errars and omissions coverage in the minimum amount ol S1,000,000 per claim, $1,000.000 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 ce necllon with this Agreement. Unless specifically accepted by Risk Administrator, deductible shall n01 exceed 10%. This insurance shall be maintained for al least one year after completion of the construction and acceptance of any Project covered by this Agreement. 9.03-4 WORKERS' COMPENSATION INSURANCE The Consultant shall maintain Workers Compensation Insurance to compliance with Florida Statutes, Chapter 440, as amended. and Employee's Liability with a minimum !Wolof S500,000 per occurrence. 9.03-5 SUBCONSULTANT COMPLIANCE The Consultant shall ensure Spat all Subconsullanls comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or 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) day written notice to the Consultant in accordance with Artcle, Notices herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily avai/ab10 n the national market, and may requestadditional consideration from the City accompanied by juslihratron. ARTICLE 10 MISCELLANEOUS 10,01 AUDIT RIGHTS: INSPECTION The City reserves the right to audit Me 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 )orlh in §15-101 and § 18- 102, City Code, are applicable to this Agreement and are deemed as being incorporated by reference herein 19.02 ENTIRE AGREEMENT This Agreement, as it maybe amended from time to time, represents the enure and integrated Agreement between Inn Cily and the Consultant and supersedes all prior negotiations. representations or agreements. Urban basien. Landscape Arch wawa and Englnoonr,g Sweats es a Flax Pork at Virginia Key 5F0 16-l7.005 Formatted: Fanrleal • Deleted: la-0s 212 213 EXHIBIT 1- AGREEMENT RROFEsslohat. SERVICES PGREEMENi wniten 0r oral. This Agreement may not he amended. Changed, modified. or otherwise altered in any respect, al 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 01 this Agreement shall net be deemed to be a waiver or any other breach of any provision of this Agreement. 10.93 SUCCESSORS AND ASSIGNS The performance otitis Agreement shall not be transferred pledged, sold, delegated or assigned, in whole or in pad, by the Consultant, without the written consent of the City, acting by and Through its City Commission. It is understood that a sale of he majority of the stock or partnership shares of the Consultant, merger or bulk sale. en assignment for the benefit of creditors shall each be deemed Transactions that would constilule 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 t0 cancel this Agreement. The Consultant shall have no recourse from such cancellation. but shall be entitled to compensatign for authorized Work satisfactorily completed up to the date of termination. The City may require bonding. other security, certified financial statements and tax returns from any proposed Assignee and the execution of an Assrgnmenv Assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval or an assignment. The Consultant•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, succe5sor5, legal representatives and assigns of such party in respect to all covenants of this Agreement, 10,04 TRUTH4N-NEGOT1ATION CERTIFICATE In compliance with the Consultant's Competthve Negotiation Act. for any Project to be compensated under the Lump Sum method. the Consultant shall certify that wage rates and other tactual unit costs suplrorting the compensation are accurate, complete. and current at the time of Notice to Proceed. The original Protect price and any addition thereto will be adjusted to exclude any significant sums by which 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 fallowing 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 Stale of Florida. Any suitor action brought by any pally. concerning This Agreement, or arising out of this Agreement, shall be brought in Miami -Dade Ceunly, Florida, Each party shall bear its own attorneys fees except in actions arising out of the Consultant's duties to indemnify the City, under Article 8 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 pang for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have bean 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: Annie Perez. CPPO. Director Department of Procurement City of Miami. 444 S.W. 2nd Avenue, - 6th Floor Miami. Florida 33130-1910 Email: enivedierez4srrdarnigbv.cam Phone: 305416-1910 Victoria Mendez City Attorney Office of the City Attorney Urban Oasi0n, Lsneannpe Arorleiraire and Enginaa4rg 5enn,xa for n Flex Perk sr Virginia Kay RFU 1E-17403 17 P00FE55IONAL SERVICES AGREEMENT City of Miami 444 S.W. 2nd Avenue, 9lh Floor Miami, Florida 33130-1910 Email: •% r 1ar_ a .. Ir,.,..,.. 0 Phone: 30S-416-I1932 With Copige to Francisco Garcia, Director Planning andzoning pepadmenl City of Miami 444 S, W. 2nd Avenue, - 3rd Haar Miami, Florida 3313n-1910 Ernst i 14.32-llllilan gg„v.0e01 Phone: 305-116-1420 For Consultant; (TED) 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 to this Agreement are for reference purposes only and shall nol affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, end the singular shall include the plural, and vice versa, unless the context otherwise requires_ Terms such as "herein,"-hereo4" "hereunder." and "hereinafter" refer to this Agreement as a whole and net to any particular sentence, paragraph, or section whore they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement. such refer once is to the Section or Article as a whale, including all of the subsections of such Section, unless the reference t5 made to a particular subsection or subparagraph of such Section or Article, 10.08 JOINT PREPARATION Preparation of this Agreement has been a point effort of the City and the Consultant and the resulting document shall not, solely as a molter of Judicial construction, be construed more severely against one al the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a con0n;t or inconsistency between any terra, 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 andlor consinrclion of the subject pmjecl{s), andlor fallowing the CoMpletion of the Projects{s), the 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 in Miami -Dade County. State of Florida. The parties will split the costs of a Certified mediator on a. 511150 basis- The Consultant agrees to include such similar contract provisions with all 5ubconsullants and/or independent contractors andlor the Consultants retained For the Project(sj, thereby providing 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 et to hie permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. urban➢esign, Land:cave Arenitusiuen aria Frrsmunnno services for 0Fin Park an Vrroinin Key RFC 10-1]00a EXHIBIT 1 - AGREEMENT 214 215 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT PROFESSIONAL SERVICES AGREEMENT 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 all 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 connector with the Consultants performance under this Agreement on account of race, color. gender, religion. age. disability, marital status or national origin. The Consultant further covenants that no otherwise goalified individual shall, solely by reason of their race, color. gender, religion. age, disability. marital status or national origin. be excluded hom participation in, be denied service., or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA COMPLIANCE The Consultant warrants that it will comply with all safety precautions as requlrod by federal, state of local laws, rules. regulations and ordinances. The City reserves the right to refuse the Consultant access to City property, including project jobsites. if the Consultant employees are not properly equipped with safety gear in accordance wish OSHA regulations or it a continuing pattern of non- compbonce with safety regulations Is exhibited by the Consultant. 10.12.3 ADA COMPLIANCE The Consultant shall affirmatively comply with all applicable provisions of the ADA In the course of providing any work, labor or services funded by Iha City, including Titles i 8 11 of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations. guidelines and standards, Additionally, the Consultant shall take affirmative steps to ensure nondiscrimination in the employment of disabled persons. 14.13 NO PARTNERSHIP Tho Consultant is an independent contractor. This Agreement does not create a joint venture, partnership r other business enterprise between the parties. The Consultant has no authority to bind the City to any promise, debt, default. 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 processional discretion of the Director or authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City. based upon an alleged 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's personnel identified in Article 10.06, Notices. Shauld the Consultant and the Project Manager fail to resolve the dispute. the Consultant shall submit their dispute in writing, with all suppading documentation to the Director, as identified in Article 10.06. Notices. Upon receipt of said notification, the Director shall review the issues relative to the dispute, and issue a written finding. Should Iha Consultant and the Director tail to resolve the dispute, the Consultant shall submit their appeal of the Directors written Ending, in writing, within ten (10) calendar days, to the Procurement Director, as identified in Article 10.06, Notices. Failure by the Consultant to submit such appeal of the Director's written finding, shall constitute acceptance of the finding by the Consultant. Upon receipt of the Consultant's appeal, the Procurement Director shall review the issues relalive to the dispute and issue a written finding. The Consultant must submit any further appeal. in writing, within ten (10) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the UtImn Cos,gn, lun0s_npe ArchanclLro and Engineering Sdrv,cas!or n nor Part al Virginia scy RFC 16.17-0e3 PRO1Ess10NSI $1: 4VICES PONLI.1'LNI 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 55011.nOn 011, the City Managers decision shall be ratified or dismissed by City Commission, The Consultant shall not be entitled to seek judicial relief unless: 4) it has first received City Manager's written decision. approved by City Commission, as applicable, (ail a period of sixty (60) days has expired after submitting co the City Manager a detailed statement of the dispute, accompanied by supporting documentation, or ; {iii) a period of ninety (90) days has expired where the City Managers decision is sub)ect to City Commission ratification, or: {iv) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.id INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the Gay 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 01 the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Ronda Workers' Compensation benefits available to employees of the City are not available to the Consultant, and agrees to provide workers' compensation insurance far any employee or agent of the Consultant rendering services to the City under this Agreement. 14.17 CONTINGENCY CLAUSE Funding for this Agrecmentis contingent on the availability of funds and continued authorization for program 011300les and the Agreement is subject la amendment or termination due to lack of funds, reduction of funds andlor change to regulations. upon a thirty (30) day nonce. However. Consultant is entitled to full payment for all authorized Work satisfactorily completed prior to the date of termination and no mare. 10.16 THIRD PARTY BENEFICIARY Tho 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. 10.19 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the solicitation response shall be evaluated or considered, and any and all such additional terms and conditions shall have no farce or effect and are inapplicable to this solicitation. If submitted either purposely, through intent or design, or inadvenently, appearing sepatately in transmittal letters. specifications. literature, price lists or warranties. it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the bldder'siproposers authorized signature afrxsd to the bldder'slproposers acknowledgment lorm attests to this. If a PBA or other Agreement is provided by the City and 'included In this solicitation no additional terms el- conditions which materially or substantially vary, modify or alter the terms or condllions of the Agreement, in the sole opinion and reasonable discretion of the city will to considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. WennLes,gn,.iandscepo RrcM1ilnciure and Fng,neexinnsenicosie a Flax PodsVlrgin,eRoy RPO 1ri17-0e3 2.1 216 217 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT PRO FESE1dNAL SERVICES AGREEMENT PrtOEESSfONAL SEevICESaGREEMENr IN WITNESS WHEREOF, the parties have executed Ihls Agreement as of the day and CERTIFICATE OF AUTHORITY year first above written. (IF CORPORATION OR LLC) I HEREBY CERTIFY :hal at a meeting of the Board of Directors of WITNESS/ATTEST: Consultant, ITEM a corporation organized and exist rig under the laws of the State or , held on the day of . . a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to exew0e agreements on behalf of the 5gneuva Srgnnueo corporation and providing that his!her execution thereof. attested by the secretary of the corporation. shall be the official act and deed of the corporaton. I further certify that said resolution remans in full force and effect. twee Maws. Tine Pant flarno. rare of Aueiodeoe(War or oreUal IN WITNESS WHEREOF, I have hereunto set my hand this ,day at 20 . ATTEST: ICdrporate Seal) Consultant Secretary (Affirm Consultant Seal. If available) ATTEST: CITY OF MIAMI, a municipal corporation of the Slate of Florida Todd B. Hannon, City Clerk Daniel 3. Alfonso. City Manager APPROVED AS TO INSURANCE APPROVE@ AS TO LEGAL FORM AND REQUIREMENTS. CORRECTNESS: Ann Marie Sharpe. Director Victoria MAnde2, City Attorney Risk Management Department ilrbn pexgn. Rm. yi V.,R.vu Kry info 1e.1i-0ex Secretary: Prins: CERTIFICATE OF AUTHORITY OF PARTNERSHIP) I HEREBY CERTIFY that ala meeting of the Board of Directors of a partnership Organized and Existing under Me laws or the Stale of , held on the _day of a resolution was duly passed and adopted authorizing (Name) as (Title) or the partnership to execute agreements an behalf of the partnership and provides Iha1 his/her execution Ihereel. attested by a partner. shall be the official act and deed of the partnership. 1 further certify that said partnership agreement remains kn full force and effect.. IN WITNESS WHEREOF. I have hereunlo set my hand this , day of 20 Partner: Print'. Names and addresses of partners: Name Street Address City State Zip am ue.10. i Ynf.al' NCNYn es sin hzi nerxq aOM1NM ru A xb. Pan ai Vrgr.a Net a.0 1tr111g5 22 218 219 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT PROFE4ald1r4 SE eGekENIENT CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a loin( venture agreement indicating Thal the person coning this bid is authorized to sign bid documents on behalf of the iota venture. II (here is no joint venture agreement each member of the font venture must sign the bid and submit the appropriate Certlloae of Avlhoray (urrnorataentree-step. or mdwiduah. CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) individually and doing business as (d/b/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 , 2d Signed: Print NOTARIZATION STATE OF COUNTY OF ) SS: } The foregoing instrument was acknowledged before me this day of 2U . by , who is personally known to me or who has produced as identification and who (did 1 did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED. STAMPED OR TYPED NAME OF NOTARY PUBLIC Mean Doran, cw0srepu Aril ie.av and Enginne1ing SLIP4.31 re a 6 Ma Pik of VVgnei liuy UFO 0G11-001 Sl PRnr11ss40500 SERVICCSAIAEESIENT ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL "Urban design and landscape architecture/engineering services shell Includo,bul are nothm:lod to. complete planning. permitting. design services. biological and envnonmonlal assessments of coastal areas. ballwmelnc and upland Surveys. goolocllmcal, options evaluations, public meetings, detailed assessments and reconseendalions, cost estimates. opinions 01 probable Constriction c031 rem. Of Work prepared by Subcnnsoltanls area other consultants. neat tnvesltgaaons are observations. post design services. e0nslruclon administration, and Other related Services as needed 40 complete Inc Preyed. These Services may be provided for the following disciplines. shoreline slabilwahon. dock design, dredging, and modifications to existing marinas as wall es other applicable urban design. landscape, and engineering related work. Consultant shall provide comprehensive urban await, landscape architecture, and engineering services for the Protect for Which Consultant was selected In accordance with Section 207.055 Florida Statutes. as amended, Consultants' Competitive Negotiations Act )CCNAI. A1.01 SCOPE OF SERVICES Consultant shoe provide Prolessional Services in accordance wish all applicable law. building and environments.' regeaahons. prludmg ire Flonda Building Code and the City of Miami. Honda. Code of Ordirsroces. and as set forth in this Agreement and further enumerated in e Work Orders and PDOTs latest version 01 the Constuobun Protect Administration Manual, if applicable. Consultant may be mowed to perform all or some or Vie Services presented in this Agreement, depending en the needs of the City for the Prefee1. Consultant shaft furnish, as Basic Services, comprehensive urban design, landscape arnlnleelme, and engineering pr0legaional services for the Protect, 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 le proceed with each phase of the Protect through the use of Wink Orders Proposals and Work Orders, A1.02 WORK ORDERS A1.02.1 PROCEDURES When Deparanenl has determined Ihat a specific phase Of the Preyed is to proceed. the Director of authorized designee will rew,esl in ending. a Work Order Proposal from the Cu. sultan( based on the proposed Scope of Services Weeded to the Consullani in willing by the Director or designee. The Consultant and Director or designee, and others If appropriate, may have preliminary meetings, d warranted, to turner define the Scope al Services and to resolve any questions. The Consultant shell then prepare a Work Onier Proposal Inllowing the formal provided by the Clly. indicating the proposed Scope el Services, lime of pelrormanco, staffing, proposed fees, Subconsutnnls, and deliverable items andor documents. The Director or authorized designee may accept the Work Older Proposal as submitted. reject the Work Order Pf0pOsal, or negotiate 1ew510,IS to the Work Order Proposal. Upon acceptance of a Work Order Proposal, Department well prepare a Work Order that eel be reviewed by Department slat and the Director or authorized designee. Upon approval. Department wi11 issue a 'unbar Notice 10 Proceed subSequeetll0 approval of the Week Order by the Director or authorized designee. p.RTICLE A2 BASIC SERVICES Consultant agrees to provide lithan dealgrulandscape erchlteolurefengineering services as set forth In the basks enumerated hereinafter, in accordance with Florida Statute 401311, latest edition, all Federal, State. County and City of Miami Laws_ Codes and Ordinances. Consultant shall maintain en adequate stall of qualified personnel on the Work at all limes to ensure Its performance as specified in the Agreement. Consultant shall submit one (1)01/entrant set 01 at documents end' seven (7) copies of documents required under Article A2. without additional charge. for review and approval Iry City. Consultant shall not proceed with the next task of the Work unld the decumenl5 have been approved. in wining. by Croy. and a Nouce to Proceed with the next. task has been Issued by City. cries lunge. Landscape Hcmerena ,iiw Cnpvwimp Svuem b n f tan ....wee..., IVO Ifni MiOS 1k 220 221 EXHIBIT 1- AGREEMENT EXHIBIT 1 -AGREEMENT P11104ISS40NA1 SEmve.ES000a MEKr Consultant rs solely respon1ihle for the accuracy and quahly of their Work. Consultant shall perform all Mark in compliance with Florida Administrative Code Rule 41G15-19.001(4) end Section 471 033(1)Ig) of the Florida Statutes. Consultant shall perform due diligence, in accordance with the standard of care in the community, in gathering Inlormalion and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality. technical accuracy and coordination al all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shad, wi1h04t additional compensation, correct or vise any errors. omissions, andior cleric:enoes 0 vas designs. drawings. speelloatoon or otter Services. Consultant shag Nara he liable for claims for delay costs_ and any increased costs in construction, inducting but not Ilmited to additional work. demolition of moving Seek. rework, etc„ resulting from any errors. anemone. ameor deficiencies in their designs. dram0g5. spethllcallon Or Omer Senaces. A2.01 DEVELOPMENT OF OBJECTIVES A2.01-1 Consultant shall meter with ropresenlawas from the City, the Peered Manager, and other paisdiclional agencies t0 develop several options for how lee various elements of the Project will be designed and constructed. A2.01-2 Consultant shall. utlllzing a obmpllation of available documentation, confer with representatives from the Cily, the Protect Manager, and other jurisdictional agencies In ardor to comprehensively identify aspecte dl the completed facility program that may require further rolinemonl to attain the requisite detail or design development required l0 begin the creation of Construction Documents. Far clarity of cope, the dams that need further development will he called Conroplual and I110 remaining llama will he called Designs. A2.01.3 Consultant shall prepare melee descriptions of he van0us options and Shalt paNdpale m presentatons 10 multiple groups explaining altemaLon options_ suthcwnl drama shall be provided to support the peesen1aa8un newels. A2.01-4 Consultant shalt hire the appr0pnale Suhrnn9ullanllsubmnlraclar to provide urban design. landscape archilecwre and erage10Onng sarvrms whwh are n01.In-h405e, Surveys shall include the lorali0n of all site structures meluding all utility structures and facilities. Consultant shall also engage a soil testing Fen to perform soil borings and other tests required for new mnslradron Work. The extent t0 which Ihis Work writhe needed shall be based or ti10 surveying and soil timings penormed previausly by the City, Cost of the surveyor and soil engineering firm shall be billed as reimbursable expenses. A2,02 SCHEMATIC DESIGN PRASE A2.02.1 Schematic Design 1. Consultant shad prepare and present. in wnling and al an oral presentation if requested. for approval by City, a Design Concept and Schematics Report. comprising Schematic beaten Studies. including an identification elany special requirement affecting the Project. a Statement Of Probable Construction Cost Project Developmenl Schedule and revive of C0nneruclabdily Review reports. 2. Schematic Design Studies consist of site plants), landscape and yrardboape plans. Door plans (where apphrablej, elevations, sections, and an other elements rammed by City or ProOO Manager to show the scale and relaticeshtp of the components and design concepts of the whale. The Door plans and landscape and hardscepe plats may be singleikne diagrams. A Simple p015p0011v0 rondonng or sketch. model or photograph thereof maybe provided to fanner show the design concept. 3. A Statement of Probable Construction Cost. prepared in Construction Standard Index (CS!) formal, Se include a summary of the estimated project cost and an evaluation of funding allocation. Such summary shall be In sufficient detail l0 rdenbly She costs of each element and Urban 0es,9n, landscape A1chliniwro and &nernoonng Service tar 0F1oopark atvnyanlo any Rra 16n7.003 namfe55ayawt serMera weeeet et ell Include a breakdown of the fees, general conditions and construction contingency. Seth evalualion shad comprise a brie) description of the basis for estimated costs per each element and similar project unit costs. Costs shall b0 adjusted to the projected bid dale. Recommendations for reducing the scope or the Project In order le bring the estimated costs within allocated lands, in the event that the statement of Probable Construction Coals exceeds 0IId001ed hinds, Consultant shall update Its documentation, at n0 adddl0nah cost to the City. to reliant this reduced scope. Any 'Statement of Probable Construction Costs prepared by Consultant remnants a reasonable estimate of test in Consxiflant's best Judgment a5 a professional familiar with the total construction in0u9ay. 4. The Prolecl Development Schedule shall show Iho proposed completion date or each task of the Prnpcl thruuyh design. bidding, and post design services, 5. ConsI111clabibly Review reports shall be conducted by the City a11dlor as consultants at design slagus dammed necessary by the Project Manager. The Consultant shall provide five ad0ilvvnal deliverable plait sets tar &scibulion by Iho City, to Others lee Ih1S purpose. There shall be an established deadline for review report submission back to the City. The C0n50tant shall provide widen responses to ad comments wrlhin two weeks and shad maintain files 01 all related review manes and response reports, II necessary, the City may coordinate Construclabhllty Review meetings with some or al of the reviewers with the Consultant present to discuss specific issues. In addition to the C0nslruclabrlhy Review process, the City reserves the right to conduct a Peer Review nl the project. documents at any design stage. Cost 0( such a Peer Review would be borne by the City. Any findings as a result of said Pear Review would he addressed by the Consultant, end If requested by the City, world be incorporated into the design documents, at no additional. cost la the City and !i0 extension of time to the 54hed lie. A2,03 DESIGN DEVELOPMENT PHASE From the approved Schematic Design documents, Consulanl slap prepare {e<approval by City, separate Design Develalarient Dectahenls, updated Project Development Schedules. updated Statements of Probable Conslmclion Costs and a review 01 Consrructabrhly ROvreer reports. 1, The Design Devx>monenl Documents snap emit/Slot drawings Mile plans, aeon plans, et note its., secbonsl. oratne specifications. and otter documents. 2. Design Developmentcansisls Or eohlinued development. and eepansion ai architectural andtir emit Schematic Design documents t0 establish the final scope, relationships, teems, sten, and appearance of each element ihr0ugh, 2.1 Plan sections and elevations 2,2 Typical construction delalis 2.3 Final materials selection 2.4 Construction phasing plan 3. The updated Development Schedules snap show one proposed camplation Dates of each milestone of Gam Project Ihroayh design, bidding, construction and proposed date of occupancy, Consulanl well also delay all king lead procurement items and architecturally significant equipment that will need to be purchased poor to the completion of Construction Documents. 4. Pro -vide updated Slalennenls of Probable COn5buciton Cost 11 either statement of Probable Censlruchon Cost exceeds alter led lints, Consultant shall prepare recommendations for reducing the scope el that pante{aa Project n order l0 bring the estimated costs wahin o40oo1ed funds. Consultant shag update as doemnentablat, al no additional cost to the Gty. to felled INNS redeoed scope, $. Con5Sruclabilny Review reports A2.05 CONSTRUCTION DOCUMENTS From the approved Design Development Documents, Consultant shall prepare for written approval by City, Feel Construction Dacomentx setting IOnh all design drawings aria specifications needed to comprise e fully biddable, permlttable, constructible Project. omen IMuen, lardmrepe 00r110eiera arts Engme0r00 Serereb Ion a Fla Pali at Virginia Kay KP01.19.um 222 223 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT mearlieSewyu SF.rnace505000ueNt Consultant shall prudent 39011. 60%. 90% and Final Construction Documents for review and approval by City, which shall Include the following. 1. A Drawing Cover Shoat listing an indoa Of all number of drawings by oath discipline. Drawings not included In the 30%. 60%. 40% and Final Construction Documents review shall be noted. Consultant shall attach an index OI all anticipated chewing sheets necessary to fully define the Project. 2. The updated Project Development Schedule to include an outline of major construction milestone aclnibes and be recommended construction duration pentad In calendar days. 3. An updated Statement of Probable GOOSIryclign Cost in CSI lomat 4. Consultant may also be authorized 10 include in the Construction Documents approved eddllwe andlor deductive alternate bid aems,10 permit City to award a Construction Contract within Meitner of the budgeted amount. 5, A project Specifications Lidos and Proleet manual with al least 30%, 60%, 90% and Final Construction Documents or the Specifications completed. Documents submittal shoo also include all sections of Dimsuons "0" and '1." 6. Consultant Shag include, and wig be pass ler, City -requested alternates autwde of die established Proem scope or that are not constructed doe to a lack of fends- No fee w6 be paid by City in 0000ectiovwilh ahematos requited by She tenure of Consultant to design the Protect within the fixed Nod OI Construction Cost 7. Consultant shall not proceed with further construction doom -tent development unlit approval of the 30% documents Is received In writing hoe City. Approval by City shalt be tot proyrass only and does not relieve Consultant of its responsibilities .and liabilities relative to code compliance and to other covenants contained in this Agreement Consultant shall resolve all questions Indicated on the documents and make ail changes to the documents necessary in response to the review commentary, The 30%documents review (check) set shall be returned to City upon submission or 60% complete Construction Documents and Consultant shall pro ode an appropriate response to all review cummanls noted on these previously submitted documents. Of the seven (7) copiesto be provided. the Consultant Shall submit four (4) tall size copies of the drawings and specaerons. and ore digital copy in ,pdf lormai. A2.04-1 Maximum Cost Lime Prior to authorizing the Consultant to proceed with preparation of Construction Document Development, the City shah establish and communicate to the Consultant, a freshmen sum for the cost of construction of the Project ("Maximum Cost Limit"). If the City has not advertised for bids within ninety Ie0) days after the Consultant submits the Final Design to the City, the estimate of the Cost or construction shall be adjusted by Consultant, Notwithstanding anything above to the contrary. tee City may require the Consultant to revise and modify Construction Documents and assist in the re -bidding 0f the Work at nit additional castor lee to the Cdy it ail respeno ve and responsible bids received exceed ten (10%) percent of the Maximum Cost Limn, A2.04.3 Dry Run Permitting The Consultant shall file and followup lot approval of building permits al the narked practicable lime during Use polo -mane of the Wok, Ira approval by Cdy, County, Slate atelier Federal autho0ge5 having junselicM 0 over the Proem/ by jaw or contract with the City, and shall assist in Means rig any sucn applicable cemflcations of permit approval by such alllh0nbe0 prior to approval by Department of the final set and printing of the Construction Documents. The Consultant shall promptly, al any time during the performance PI the Work hereunder, advise the City of any substantial Increases in costs set forth in the Statement of Probably .Construction Cost that in the opinion Of the Consultant is caused by the requirements} Of such. Upon completion of dry inn permitting. Consultant shay provide as pad of the seven (7) copes to be whinnied. Five (5) full sue sealed copses of the drawings and specl0calions Gonsuhant shot& t00o.On.yn, I ...Owner aoSlnr1.a a+ l emit v hey some. ro a rk. Pan Elsa 10.n Lies 60010¢$raiw 5eNy1GE5A0Ny.Fweet also provide digital versions of the drawings in ,dog, ,p0, and .pill formats. The spoclfkation additional terms and conditions shall be provided in both ,pdf and .doc formals, A2.05 BIDDING AND AWARD OF CONTRACT A2.05.1 Blot Documents Approvals and Printing Upon obtaining all necessary approvals of the Construction Documents, ham authorities having jeri1dmhdn. acceptance by the City of the 100% Construction Documents and latest Statement a1 Probable Consbuclan Cost, the Consuhanl shall assist the City in obtaining bids preparing and awarding the constructor °cannel, The City. for bidding purposes. will have the bit documents printed. or. at its own discretion. may authorize such priming as a reimbursable serwce to the Consultant. A2.05-2 Issuance of Solicitation Documents, Addenda and Old Opening 1. The City shall Issue the solicitation documents to prospector° bmdeis and keep a complete List of Bidders. 2. The Consultant shall assist the City in the preparation al responses 10 questions if any aro required during the bidding period, All addenda. clarifications, and responses shall be Issued by the Cdy. 3, The Consultant shall prepare revised plans it any are required, for me City to issue to all prospective bidders. d, The City nay schedule a "Plead Conference- on an as needed basis. for the Protect. The Consultant shall a110M all any pre -bid canterence(sl and require a1Nndance o1 Subconsullams a1 such meetings. 5, The Consultant will fie present al the hid Opening it requested by Ilse City. A2.05-3 Old Evaluation and Award The Consultant shall assist the Clly in evaluation of bids, d0lormioing the responsiveness of bids and the preparation of documents for Award of a contract. If the lowed responsive base bid received exceeds the total allocated funds for construction, the City may: 1. Approve an Increase In the Project cost and award a Contract, 2. Reject all bids and re -bid the Project within a reasonable time with ire change in Ina Project or additional compensation to Ise Consultant.. 3. Direct one Consultant to revise the scope andror quality of construction, and rebid the Project. The Consultant shall, ett11uu1 additional compensation, modify the Construction Documents as necessary 10 bring the Prohahle Cunsbucgon Cost based on such tensions wain the Total Aulhonzed Con1trucll0.n Budget. The City may exercise such option wluae the tin price ascends 10% of the Fixed Conshuotein Budget provided to the Consultant and as may be modified by the City and the Consullani prier to soliciting bids. 4. Suspend, cancel or abandon the Project. NOTE, under item 3 above the Cnnsuilant shall, without abditinnat compensation. modify the Gansturtien Documents as necessary to bring the Probable Construction Cost within the budgeted amount. A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT A2.011-1 The Co sbudion Phase wA begin with the award el the convection contract and inn end whoa the Consultant has prowded lit the City an post construction documents. including Contractor As- Buih drawings. the Consultant's mooed drawings, warrantees. guarantees. operational manuals. and C0rtihcaie(5) of Occupancy have been delivered to the City and the City approves the trial payment to the Consultant. During this period, the Consultant shall provide, administration of the construction oentracl es previdea by (his Agreement, and as provided by law, A2.05.2 The Consultant. as Ina representative of the Cdy during the Construction Phase, shall advise and consult with the City and shall have the authority t0 act On behalf of the City to the extent provded in the General Conditions and the Supplementary Condlulons of the construction contract and Thor Agreement with the City. triton ne,.sn naivtray a:navtar" and Fnpnaernyt 5wvaesrwa k. Prs,dv"1aa+aav NLs 16-1,0a1 let 224 225 EXHIBIT' - AGREEMENT EXHIBIT 1 - AGREEMENT Em1fs65katlAt SERVICES A0REEMLN1 A2.06.3 The Consultant and respective Subcansultanls shall vlett the site to condusl field observations, al a nlmimum en a weekly basis, and at all hey construction ev0llls, to ascertain In0 progress of the Project and shall vigil. the site as appropriate to conduct veld Inspections to ascertain the progress of the Project and determine, in general. if the Work is proceeding In accordance with the Contract Documents, The Cunsullanl shall provide any site visits nS1i000ary For coddicelion fl required by the authorities hawng jurisdiction. Threshold Inspedlan shall he provided by the Consultant at no addhienal cost to the City. The Consultant shall report on the progress of the Work including any detects and deficiencies that may be observed In die Work. The Consultant andror Subconsuhanls well not be requited to nlake ws10n0nre inspections or provide continuous.tally on-a11e inspections to check the quaty or quanlay of Ilse Welk unless othervaso set forth in this Agreement. The Consultant wen be responsible for writing minutes of all meetings and field inspection reports it is asked to attend, as well as the dislnbution of the minutes. The Consultant and Subcansetl0nts wl6 001 be held responsible for construction moons reoth0d5. tedainrqu05. sequenCC0, or pr0aeaarrS. Or ler safely precautions and programs m 000,-,0dldn with the Work. The Consultant and Thee Subco0sullanl5 roll not be held responsible for He Concacloes or Suhooniractors% or any of there agents of employees Failure e perform the Work ml accordance with the toniracl unless such failure of pahormance results from the Consullla's acts or omissions. A206-4 The Consultant shall [small the City a oh a wrih0n report el all observations or the Work made by the Consultant and require all 6ubconsullanls to do same during each uwit to the Project. The Consultant shall also note the general status and progress of the Work, on farms furnished by the City, and shall submit them In a timely manner, The Consullanl and the Subronnultanlo shall aseedaln that the Work Is acceptable to the City. The Consultant shall assist the City in ensuring that the Contractor is making 0mely. accurate, and complete notations on the'es-built" drawings. Ccples of the field reports shall be attached to Iho monthly Professional Services payment roguesl for construction administration .roces. 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 resuel in a propomonal reduction in conol uclon admmol,,oban lees (raid to the Consultant. A2.06-5 1. leased on observations al the sae and consultation with the City, Old Consultant shall determine the ameunt due the Contractor based on the pay for pedamance m4as1ones and shall recomnierid approval of such anr0ulll as appraprrale. This re00nlmondatlan shall constitute a rei,l000ntatxm by the Consultant to are City that. to the heel of the C,msullam's krsmvfedge. Information and betel. the Wpm has progressed to the point lndlcrled and that, the quality of the Work iS In aesardanaa with the contractand rho Contractor IS entitled to amount slated on the roqulsitien subject to: 2. A detailed evalusller, of the Work for conformance with the contract upon substantial completion; 3. The results of any Sunapee ten l tests required try the contranli 4. Miner deviations from the contract correctable prior to completion; 5. Any specific qualifications slated in the payment certificate and further That the Contractor is entitled to paymeni in the amount agreed upon al a regalsili0n site meeting or as stated on the requisition. Prior to recommending payment to the Contractor. the Consultant will prepare a veteen statement to the City on the slams o1 the Work relative la the Construction Schedule. which shall be attached to the Conpactoes i0gwition. Seeds Statement shalt be prepared immediately I0lIcei rig the requisition field meeting and shall not bo cause for delay in timely payment to Ile Contractor. Sy recommending approvalol a Payment Certificate, one Consultant shall not be deemed to represent that the Consultant has made any examrnalan to ascertain how and ter what purpose Iho Cnnlmclor has used money paid on account of the Conslructl0n Contrail Si... A2-06.6 The Consultant shall be the interpreter of the require ro tits of the Contract Marmon and the Amigo of the performance there under_ Tne Consultant shall rondo, inlorprelalrons necessary lor the proper execution or progress of the Work upon written request of inner the City or She Contractor. and shall render written decisions, widen maximum of ten 110) calendar days, on all claims, disputes and Oda., rinses landscape Arcti11nrlurn nerd Pnwertur, Swvuaa lor n H. n,nix a1 Vin)nii++any eFo 1017.003 PrROIESS1bnK Samarha "Kart whet other matters m question between the City and the Contractor relating to the execution et progress of the Work. Interpretations and decisions of the Consultant shall be li005lslenl with the intent el and reasonably Inferable Tram, the Contract Documents and shall be in wrillon or graphic form. A2.96.7 The Consultant shall have the authorty to recommend rejection of Work which does not conform to the Centracl Documents. Whenever, in haulier arssnnehle opinion, the Consultant consders it necessary or advisable to Insure compliance with the Contract Documents, the coosu ianl will have the authority 10 recommend special inspection or testing of any Work deemed to be not in accordance wire the Contract, whether or not such Work has boon fabricated andlor delivered to the Project, or installed and cempt010d. A2.06.8 The Consultant shall prompl0 review and appr0vm, repeal or rake action on shop draannes. samples. RFIs and other submissions of the Contractor. Changes or substrt,uons to the Contract Documents shall not be authorized without consortonce of the City s Projosl Manager andlc °sector of Capital ImpievenloMs. The Consullanl shag have a maax0Um el ton 110) calendar days from recopl or shop drawings. samples. RFfs at other submittals by the Contractor. to retum the shop drawings or submittals to the Contractor with comments indicating either approval or disapprav0l. The Consultant shall provide the Contractor none a detailed wntten explanation ea to the basis for rejection. Consultant shoe have five 15) calendar days 10 review a0nlra4l, payment applications to ensure the City complies with Horde Statute §216.,70. A2.06.9 The Consultant shall initiate and prepare required documentation for changes as required by Iha Consultants own observations or as requested by the Cily. and shall review and recommend action an proposed changes. Where the Contractor submits a request for Change Drier of Cllange Proposal request, the Consultant shall, within ten (10) calendar days, review and submit to the Coy, his/her recommendation or proposed action along with an analysis endfor study supporting such recommendation, A2.06-16 The Consultant shall examine the Work upon receipt of the Contractor's request for substantial completion mspec0nn of the Project and shall. prior to occ0pa0cy by the City, recommend execulxkl of a 'Collrlicale a1 Acceptance for Sbslan0al Completion' after first ascerlaherkg that e,e Project Is substantially complete in accordance with the contract requa0ment The Consonant shall in conjunction wilt representa0ees of the Gay and the Contractor prepare a punch 451 of any defects and discrepancies in tee Work required to be corrected by the Contractor in accordance wslh Sec0on 218.735, Ronda Statutes. Upon satisfactory completion of the punch list the Cons,llard ghat racomineod e0ec0l0n ul a -Ceddicale of Final Aucepb,nc,i and Imal pay0ienl to the Cnntrar:lnr- The Consultant shall obtain from the Cootraolor upon satisfactory completion of an items On the punch list all necessary closeout documentation from the Contractor, including but not limited to all guarantees, operating and maintenance manuals for equipment. releases al IienskJaims and such other documents and certificates as may be required by applicable codes, law, and the contract. and deliver thorn to the City before final aeceplance shall be issued to the Contractor. A2.06.11 The Consultant shall monitor and provide assisl0nce In ohtaining the Contractor's compliance with the Its contract relative to 1) InItial Instruction of City's personnel in the operation and maintenance of any equipment or system. 2) rowel 3dar1-up and testing. adjusting and balancing of equipment and systems and 3j final clean-up al the Project to risers a smooth Transition Ir0m conslmCtlen to aceupan0y by the Gay. A2.06.12 The Ccrosultanl shall furnish'. the Coy the original documents. including drawings. revised to -it's -bull- conditions based on intonation furnished by the Contractor. Survey. and specific condition. In preparing tin'asleell- documents the Consullaot shag roly on ale accuracy of the Information provided by IOC Contractor, including the Cantra010l'S record drawings. Any cenisca0ans required under This Agreement including the contents al -as-built' documents are candisoned upon she accuracy of llt0 mbnnulllnn and da:nmanl5 provded by Mir G,nstrocllon 4dMiraraer, Transfer of changes made by -Change Authorization," -Change Order.' "Request for Infolmaflon: sobstitulion approvals. or other Marilirattons will be the COnsullanfs responsibility to Incorporate into the "as-bmll- and record documoms. Changes rea00 in the field to suit field conditions. or otherwise made by the Contractor lor its convenience shall be marked by the Contractor on the "Field Record set" and transferred tit the Urban rises , Landmass Ari Moril+a and anyrwenng Sealers rd rrio Park al ',elm..., 0001 .11603 ll l 226 227 EXHIBIT1-AGREEMENT EXHIBIT 1- AGREEMENT PROF ESSIOH01 SERVICES aOREEWext original contract docemenls by the Consultant. The original documents as well as the 'Field Record See" shall become the property of the City, A reproducible set 0I all other final documents me be furnished le the City Iran of charge by the Consultant. A2.06.13 The Consultant shall review the Contractors "as built- drawings and submit them to the City upon approval by the Consultant, The Canlrador re rekponsdiie for preparing the "as built" drawings. A2,06-14 The Consultant shall fumish to the City a simplified site plan and floor plants) reflecting "as -built' conditions with graphic scalp and north arrow. Plans must show room names, room numbers, Bran dimensions. square footage of each floor and all fees used in the drawings. Two sets of drawings shall be furnished on 24' x 36" snails and one electronic copy. A2.06-15 The Consultant shall assist the City In the completion of the Contractor's performance evaluation during constr151,on work and upon final completion 01 the Pr lecL A2-07 TIME FRAMES FOR COMPLETION The following time frames are sequential troth the date of the NObcc to Proee0d. A concorrenl projed timeline is attached as Schedule A5 11301. Development of Oplechete TBD defog Negnnatmns Schematic Design TBD dwrrng Negoaabons Desvan Devebpmem TOD during Nogobatrons 30s. Construction Dprsanenls TBD during Negotiations MPS Construction 11/pcumenls Teo during Negotiations 90%Construction Documents TBD during Negotiations Dry — Run Pemmlling TBD dung Negotiations Final Construction Documents TBD doting Megohations Bidding and award of Conslruetlon Contract TBD donng Negotiations Construction Contact Administration TBD dunng Negotiations ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by the City and are normally considered In be beyond the scope tit the Bask Semmes. Additional Services shall either be Identified In a Work Order or shall he authgrizad by prior written approval of the Director or City Manager and will be compensated for as provided In Article B3,05. A3.02 EXAMPLES Except a5 may be specified in Schedule A.1 heroin, Additional Services may Include, but are not limited to the following, A3.02-1 Pre-0esmn Surveys a. Testing: Environmental rnvestjgallnns_ site evaluations. or comparative studios of prospective sons. Surveys of the existing structure required t0 complete as -bolt documentation are riot adtlibonol services. A3.02-2 Appraisals Investigation and preaao0 of detailed aPilrmsafs and vatualwns OI asishn9 locdibos, and surveys or inventories in connection with wnsmmkon pndnrmad by bee Cole, A3.02-3 Spervaky Design: My additional special prolosswnal services not mduded in the Scope of Work- VAea.. [Wry.,( ati w s(8s,e ru.R,P1 '. .e atyunv.y m5e• ..slv., w ,.F.11 J ey 111.0 15.17-1)11 Im0FE55I050L 5ERv14.7.E5/OReevesi A3.02ut Extended Tatung te Training. Eslendee assistance beyond that provided under Basic Services for the Initial star) -up, testing adlusanq and balancing of any equipment or system; extended training of the City's personnel m eperahorl and maintenance of equipment and systems, and consultation during such training: and preparation el uperatmg and maintenance manuals. other Ihan (hose provided by the Contractor. subcontractor. Or egorpinenl manufacturer A3.02.5 Major Rowsinns Making major revisions le drawings and specifications resulting in or from a change in Scapa 0t Work, when such revisions are inconsistent with written approvals or instructions previously given by the City and urn due 10 causes beyond the confirm el the Conaullanr. (Maier revisions are defiled as Muse changing the Scope of Work and arrangement of spaces anchor scheme andl0r any significant portion thereon. A3.02.0 Expert Witness- Preparing to servear serving as an expert witness in connection with any arbitration proceeding or legal proceeding. providing, however. that the Consultant cannel testily a9amsl the City in any proceederre dung the course el this Agreement, A3.02-7 Miscellaneous' Any other winces not otherwise mduded in this Agreement or not customarily furnished er accordance with goneratly accepted arhdecturallengmeemrg practise related to construction A3.03 ADOITIONAL DESIGN The C.11/ may. at its 0910n1, eked to prorated war additional services relating le the Project. ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those senesces and dents ardhnnzed by the City m addition to the Basic and Anditional Services and eons's! of actual direct expenditures made by the Consultant and the Subconsullanl for Ire purposes listed below, Transportation. travel and per diem expenses shall not be considered as reimbursable expenses under Inns Agreement. A4.01-1 Communications Expenses: identifiable communication expenses approved by the Project Manager. tang distance telephone, courier and express malt between the Consultant's various permanentoffices and Subcon5ultanl. The Consultant's field office at the Project site is nol considered a permanent office. Cell phones will not be considered as reimbursable expenses under this Agreement. A4.01-2 Repr3d0011.n, Plwlogr0plly: CORI of priming, reprnduchon or photography, beyond that Which is required by or of the Consoltant s part of the work, set forth In this Agreement. A4.01-3 G4016ehn6al Ilnvosli0pli00 Identifiable moil borings, reports, and testing costs approved by Projoct Manager. A4.01-4 Permit Fees, All Permit lees paid to regulatory agencies for approvals directly anribulable to the Project. These permit fees do not mcluds those permits required to tee paid by the Consultant. A4.01-5 Surveys. Site surveys and specal purpose surveys when pre-aulheezed by the Prejacl Manager. A4.014 Other Iles nut mdlcnled m Add. 4.01 when authorized by the Proved Manager, Ore.sm I time its.M.xrm....MlSu.•v..e4w .. ire. Fax.x V.s..aa aey IWO 1s.IT-0II1 228 229 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT PROFESSIONAL SERVICES AGREEMENT PROFESSIONAL SERVICES AGREEMENT A4.02 5UBCONSULTANT REIMBURSEMENTS Renntamrsahle Sule:cnsullanl expenses are united 10 me lamsdescnbed above when the Sub[OnSultant'S agreement p,uvides for leirnhursahle expenses and when such agreement has been previously approved, in writing. by the Director and subject t0 all budgetary Ilmtations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES AS.01 PROJECT & SITE INFORMATION City. at its expense and Insofar as performance under this Agreement may regime, may furnish Consultant with the mf0rmalr)n ease.nd below 0r, it not Ieaddy available.. may aulhoh[e Consultant to provide such inlommation as an Additional Service. eligible as a Reimbursable Expense. A5.01-1 Surveys. Complete end accurate surveys of Mudding sites. gwdng 0ouneary dimensions. locations of existing Siruc1urea. the grades and lines of street, pavement, and adjoining properties; the rights. restrictions. casomonl5, boundaries, and topographic data of a building site, and existing utilities Information regarding sewer. water. gas, telephone andler electrical services, A5.01-2 Soul borinns Geolnchnical Testing' Sad borings or test pas; chemical, mechanical, structural. or other tests when deemed necessary. and. II required. an appropriate prfessnnal mlerprelation thereof and recommendations, The Consultant shad raceme*. necessary tests to the City. A5_01-3 General Protect Information Infomrauon regarding Prgecl Budget. City and Slate procedures. guidelines, forms, formats, and assistance required establishing a program as par Article A2. Basle Services. A5.01-4 Existing Drawing(; Drawings representing asdlullt conditions al the Limo 01 original construction, subject to as-kullt availability. However, such drawings, If provided, are not warranted to represent conditions as of the date 01 recelpl. The Consutanl must skill perform Bald investigations as necessary in accordance with Article A2.0-1 10 obtain suffroenl information to perform its Services,. Investigative SeI5*ces In excess of requirements nemlaed, must be authonaed in advance. A5.015 R.etiabday Thu services, inf0mmaoon. surveys and repod3 deNcobed m Articles 5.01-1 Ihraugh A5.01- a. shall be 1t'irrashed at the C°ys expense, and the Consultant shall be entitled to rely upon the aosuracy and completeness thereof. provided the Consultant has reviewed all such °donna.° to determine if add1Eona1 information and lasting is required 10 proporty design the Prejset. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction. the Consultant and the City slats shall. assume the responsibilities described in the general conditions and supplemenlary conditions el the construction contract redaling to review and approval of thar canshui:bon work by me Cunlraclor. A5.02-2 lime City observes or otherwise becomes aware of any fault Of defective Work in the Project. or other nonconformance with the contract doing construction. the City shall gild prompt notice thereof to the Consultant. Urban 0 jn. Lawmcaeu Nol,ruct.0 w Engrw eeq S010.01u m Fla Pan° a V i fire Nq. Attachment A — SCOPE OF SERVICES SCHEDULE Al - SUBCONSULTANTSISUBCONTRACTORS FIRM NAME CONSULTING FIELD SCHEDULE A2 - KEY STAFF STAFF MEMBER NAME JOB CLASSIFICATION V,eyn pm", lanesc3nn...3•031. 331 Emw,n.nsu sur+,cwr Ior a PN. Pan of en.,f -bey UFO 1,17.3 PR) 9bli.opJ as 34 230 231 EXHIBIT 1- AGREEMENT EXHIBIT 1 - AGREEMENT ATTACHMENT El -COMPENSATOR AND PAYYEN TS PROFESSIONAL SERVICES AGREEMENT ATTACHMENT B -COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The foes for Proteseional Services for each'Nerk Order shall be determined by one of the lollowing methods ur a combination thereof, at the siphon of the Director or designee, with the consent of the Consultant. a) A Lump Sum as definerl In Annie B3.01. Lump Sum. to An Hourly hale as defined in Article B3,02.. Hourly Rates. and at the rates set forth pursuant to the NOTE: The Lump Sum manor of compensation is eie preferred and primary form Of compernsalien. B1.01 COMPENSATION LIMITS The aggregate suns of all paynew its to lees and casts. including reine:tunable expenses. to the Consultant payable by an Cdy under Pee Agreement shall be finned to the amount sPecilled in Article 2.04-1 Compensation Lands. as the maximum compensation limit for cumulative expenSnures under this Agreement. Under no circumstances will the City have any liability ler work performed. or as otherwise may bealloged 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 la this Agreement. 81.02 CONSULTANT NOT TO EXCEED Absent en amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts slated for aemponsation 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 at the Consultant's own cost and expellee.. ARTICLE B2 WAGE RATES 62.01 FEE BASIS AI lees and compensation payable under This Agreement shal be Ionniaaled and based upon the 0yerage0 of Inc cenered Wage Rates mat have rece wed and approved by me Detector. The averages of said certified Wage Rates an summarized in Schedule B1 incorporated herein by reference, Said Wage Rates are to Otani. direct hourly roles, as approved by the City, of Iho Consultant and Subconsullanl employees in the speafied professions and too categories that are to be utilized to provide the services under this Agreement. regardless el manner of componsalon B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B 1 identifies the protesslons, job categories and/or employees expemed to be used during the term of this Agreement. Theso ndudc architects. engineers. landscape architects. professional interns, designers, CACD technicians_ project managers, GIS and environmental specialists, specilicalian wears. cler calladministrahve support, and others engaged in Um Work, In determining compensation for a given Scope of Work. the City reserves the night to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Ageeernent. a maximum multiplier of 2.0 for home office and 2A for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said m elhpeer is attended In never Ile Consultant employee benefits and 0e Consullan1s prohl and °ennead. ind,drng, without lmnalmn. otrrce rent. local telephone and utility usages. ofhce and drafting supplies. depreciation of aeugrmenl, prolesetonal dues, subscriptions. stenographic, administrative and clerical support. other employee limo or Insect and subsetoece not directly rotated to a project. 02.24 CALCULATION Sand Wage Rates era to be utilized by to Consultant m ralcdahng compensation payable for specific assignments and Work Orders as requested by the City_ The Consultant shall Identify lob classifications. available staff and projected man=hours required for Inc proper completion el tasks andlor groups of tasks, Urban Design, Lendsxxpe Mch,loolura and Enelnuunrq SONICe9 nor a Fink Perk nl VIrolnla 8.8 RTO 10-17.103 ii ATrA00NEr1T e-GOMPEISAT,a5 010 e0T010N1s PROFESSIONAL SERVICES AGREEMENT milestones and deliverables idenhfiod under the Scope of Work as exemplified in Attachment A. Schedule A2. Key Staff. 132,0S EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method al compensation elected haroln, Compensation paid by Me City shall, via the Multiplier, cover all the Consultant costs including. without imitation, employee rrinee benefits te.g„ sick leacvacation. holiday, unemployment lass, retirement, medical. insurance and' unemployment benefits) and an overheat] factor. Failure to comply with tore section Nmll he cause for cannelloni° of this Agreement. 62.05 ESCALATION Thine shall be no escalation douse as pan of Ihrs Agreement. ARTICLE 63 COMPUTATION OF FEES ANO COMP NSATION The City agrees to pay the Cansullanl, and the Consultant agrees to accept la services renmorod pursuant la this Agreement. lees computed by ante or a combination of the methods outlined above, as applicable, in the Idlowlllg Manner B3.01 LUMP SUM Contpertsalcn fora Scope of Work can be a Lump Sum and must he mutually agreed upon in writing by the City and pie Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation, B3.01.1 Lamp Sum compensation shall be calculated by the Consultant utilizing the Wage Rates established herein, Pear Ic issuing a Work Order, the Cty may require the Consultant to verity a justify its requested Leinp $um compensation Such verification shad present sufficient information es depicted in Schedule A2, Kay Personnel_ B3.02 HOURLY RATE FEES 63.02.1 Hourly Male Foes steal he (hose rates for the Consultant and Subcansultanl employe00 idenldrco in Schedule 131 Wage Raton Summary. All hourly rate fees will include a maximum not to exceed fgure. Indusivc of an costs expressed in pro contract docurnemte. The City shaft have no kaolity ter any lee. cast or expense above this figure. 83.02.2 CONDITIONS FOR USE Houdy Rate Fees shall tie used only in those instances where the parties agree mat it is rim possible to determine. define. quantify andlor calculate the complete nature, andlor aspects, tasks, man-hours. or milestones for a particular Project or portion thereof et the lime of Work Order issuance, Hourly halo Pecs may bo ulili10d for Additional Work that is similarly indeterminate. In such cases, she Cdy will establish an Ancwance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed en an Hourly Rata Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shati not include charges for foe Consultant handling. office roil m overhead expanses of any kind, ma/siding iciest telephone and ulikly Charges. office and Meftmq supplies, depreciation of equipment. prolessonal dues_ subscnptons, etc. reproduction of drawings and speuticahols (above the guanines set forth in this Agreement), mailing. stenographic. dental. or other employees Ilma nn Navel and sphsi0len0e not dandy related to a pfoimt. Ad reimbursable services shag be bled to the Cdy at duel Cost expended by the Consultant. Coy aulhonzed reproductions in excess of sots requited a1 cacti phase of the Work we b0 a RMmbers.atrPo Expo0s0. The City will rmm'bursa the Consultant feraulhort od Reim01reable Expanses pursuant to me lineations oI this Agreement tie verified by supporting documentation deemed appropnale by Director or designee including, Without Ilmllalion, detailed biEs, itemized Invoices andfar copies of cancelled checks. Reran Wrenn. Lnndknnpv Archliociorvand Englnoo0r0 Svne. car a ries Perk el 0lm,nix Nuy RF010.I,003 232 233 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT ATTa a _ con $$$$$$ION AND PAmpa,s PROFESSIONAL *EAMMMES AGREEMENT 153,04 FEES FGR ADDITIVE OR DEDUCTIVE ALTERNATES The design ill additive and deductive alternates contemplated as pan of the original Scope for a Project as authorized by the Dlreelor will be considered as pan el Basic Services. The design of additive and deductive alternates that are beyond the ongmaS Scope of eeDer and constructien hudgel may ire belled to the Clly as Additional Sevices. The lees for alternates will be wlcololed by 000 of the threw methods evened above. as mutually agreed by the Director and the Can5lilant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may bit authoizod to perform Additional Services for which additional cOmpen5akmh welter Reimbursable Expenses- as defined et this Agroenwnl under Articles A4 and 63.03 respecrlvegy. may be applicable. Tne Consultant shag teem the Work Ceder Proposal form and worksfrcals which can be found on the CilyS web5rte al h{ly,.lr ., iiil.i..::la.rc-aln:li ll f'!i,nl,s.t:rr?i. The wobpago also provides Ina procedures for eomploling these forms. Failure to use the forms.. Or follow the procedures will roa4lt in the rejection el the Work Order Proposal. 131.05-1 DETERMINATION OF FEE The compensation for such serviceswill etk nee of lire methods descried hereon: mutually agreed upon Lump Sum, Hourly Rate wen a Net le Exneee Lend. B3.05.2 PROCEDURE AND COMPLIANCE An rndopendont and eelaitdd Notice to Proceed tetTPI and an Amendment to a specific Work Order. shall be required to be issued and signed by the Director for each addtional aervina requested by the CO. The Nuke to Practise will speedy the lee for such sarvoca and upper 1111111 al ore few, which shall not be exceeded, and shall comply wile the City of Miami regulations. including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. 433.05-3 FEE LIMITATIONS My authorized compensation to Addllronal Services, either prolesslonal fees or reimbursable expenses, shall not Include additional charges for olade rent or overhead expenses of any kdtd. Including local telephone and Wilily dearges, office and drafting supplies. depreiaalron of equipment. prolessmnal dues, stiurtptions. etc.. reproduction of drawings and specdrraltores, mallirg. stenographic. olenral, or olhaomploynes tome or travel and subsistence not dere5Ly related toe cleaver. Far al reimbursable sasses and Sobconsullanl costs, the Consultant still apply the mulupber or one (1.0) titles the amount expended by the Consultant. 83.00 PAYMENT EXCLUSIONS The Consulmnl shall not he compensated by the City for revisions andfor enodiflcatlon5 to drawings and specifications, for extended Construction administration, or for other work when such were is due to errors or emissions of the Consultant as determined by Ihb Cily. 63.07 FEES RESULTING FROM PROJECT SUSPENSION It a project es suspended for the convenience of Its Cly lore more than three months or terminated without any Leese In whale or in parr. berme any Phase. the Consultant shall he pond lot services duly authored, pedornted pipe to such suspension or Ierminalron.. together with the cord of aulhorized reimbursable services and expenses then due. and all appropnote. applicable. and d eetheenled expenses resulting from such suspension of termination. Of le Protect s restaned after having been suspended lore more than three months. One Consultant's Sneer compensation shalt be sublset la renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for BASIC SBNIceS may be requested monthly rn proportion to services pe0Ormed during each Phase of the Work. The Subconsulianl (sea and Relmdursable Expenses shall be billed to the City at the actual amount paid by the Consultant. The Corrrkdolnt shall utilize the City s Invoice Form which can be loured on the OCl webslw al Yl:p:rn-nn:.n=a•-i.n:r:::.rr. CIZI"Inria-shunt. Falure to Submit lneoloe)sliest* 00 days lollowag the provision air Services contained m such elvotce may be cause for a finding of delau5, Falure to use lee Coy norm will result in TelOCEon ill the invorce- uloanoes.y., La,N16(au. Arn,un..r.and Enyvn..r03S.wass for a Fln Parr at Weise Fee bac 15-1,003 le All ACNMkai e _ COMPENSATION ANC PAYMENTS PNOI•ESSIONAL SERx10ES AGREEMENT B4.03 FOR COMPREHENSIVE BASIC SERVICES For these Pfojeclt and Work Orders whore comprehensive design services are stipulated. said payments shall, in the aggregate, nal exceed the percenlage of the esllmaled treat Basic Compensation Indented below Gar each Phase. B4.03 BILLING —HOORLY RATE Invoices sehmitled tar the Consultant snap be suHrclentil, detailed and accompanied by supporting ddcvmenlatron 1d allow la proper audit OP expenditures. When servrods are authorized on an Hourly Rale basis, the Consultant shall submit roe approval by the Deed., a duly certified tnvox:e, g¢urig names, desad-cemen, salary rate per hour, hours worked and total George rot all personnel directly engaged en a project or task. To the sure thus obtained. any aurhorized Reimbursable Services Cost may de added. The Consultant shall attach to lee Invnlra all Supporting data tat payments made to and insured By the Seheensukanls engaged on the Preece 1n addition to the invoice, the Consultant shall. ler Hourly Ram authorieellons, submit a progress report giving the percentage of completion of the Project development and the tdlalestimated fee to complelidn, B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Adderonat Services may be requested monthly in proportion to the services performed. When such sasses ate aulhonzad on an Hourly Rate haws. the C5nsueent Stag Subtext for approval try the Director. a duly certified mvoce. giving names. Claosiliicaben. salary rale per hout hours worked and lulal charge far an personnel drecty engaged on a project dr lask- TO the sum thus °Mauled, arty authoneeel Reimbursable Servues Coal maybe added. The Consultant shag Muse to the invoice all supporting data ler payments made too costs ;neared by the Subconsullanis engaged on the projector task. In addition to the Invoice, tee Consultant snap, for Hourly Rate oulhorreatlons, sonnet a progress repent giving the percentage of completion of the Project development end the total estimated fee to completion. 134.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments tit contractors. ARTICLE B5 REIMBURSABLE EXPENSES 135.01 GENERAL Reimbo,Sable Expenses are These Nemo authorized by the City Out5lda 010f in addition 10 the Scope of Wore as identified In the Work Order gas Basic Services andler Additional Servxas) and panther 01 actual expenditures made by the Consultant and the Consuharee employees, the 5ubconsullares, and the Sandal Su5Wllsullanle in the Intense! of the Work for 111n purposes Identified below: B5.91.1 Transportation Transportation shall net be censtdered as relml ur eels expenses under this Agreement. E15.01.2 Travel and Per Dlom Travel and per diem expenses shall not be considered es reimbursable expenses under Ihte Agreemenl- B5.01-3 Communioat1ees Expanses ldentifrable communication expenses approved by the Project Manager, tang distance telephone courier and empress matt between Consultant and 5ubconsullanls. B5.01.4 Reproduction, Photography Cost of printing. reprodw:llon or photography, beyond that which is required by or of the Consultant le defeat Services, sal forth in This Agreement, All reimbursable expenses must he accompanied by salIslacmry doramentaeon. B5.01-5 Permit Fees All Permit fees paid to regulatory agenpe5 ter approvals deecby attributable to Iwo Prejeer. These permit lees do not mr4ude those permits mewed le be paid by the c0nsin1Cu0n Contactor. Wiwi Damp, Landaram Aiclaerlre nag Enarwenne Saran la a Flea Pat al Vrreaas xsy RFD 16-11A03 234 235 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT AITAGNMENT a- CDNPINSAlwe AND PAYMENTS PNAF0Saro0AI. SERVICES AGREEMENT 65.01-0 Surveys Sne surveys and spacial purpose surveys wren pro -authorized by the Project Manager. BS.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Rermuursable Subeonseltanrs expenses are limited le Ina items described above when the Subconsullanl agreement provdes jar reimbursable expenses and when such agreement has been prevmus1y approved in wring by the Director and subject to all budgetary pmrtahons of the City snot rogmrernenls of ARTICLE 65. Reimbursable Expanses herein. ARTICLE BS COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 68.01 GENERAL II Is understood that all Consultant agreements and/or Work Orders for now Work will Include the provision for the re -use of plans and speciftcattona, including construction drawings. et Wu City's sole option. by vrtee of signing this agreement they agree lea re -use In accordance with this prevision without the necessity of further approvals, compansalion, fees or documents being required and without recourse for such re -use. ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED NOT TO EXCEED HOURLY RATE /NetrlpylerAppyled) Urvm Qesen Larnau 4e0avtua and Ealravvrmo S0,Ya_m pwel u . a. Puar w.grnw 041 U,eon Wugn, L,MmW aac„pu Areherve nLae an,apq Sarno; fa n Flay n0F •1 w,y,rva ana nro r61r-003wu..000145r.np1 is 236 237 EXHIBIT 1 - AGREEMENT EXHIBIT 1 - AGREEMENT ATTACHMENT B -COMPENSATION SCHEDULE B2 — CONSULTANT INVOICE CITY 1391111.111 ., a C ..,n,er.rfirAND,wr„a,ome e.gg.a malhodool • Nm+,O p,,L.*Nm.ee,ere acid Enyc*mp Semrnfor aIN. P.4 a: V.g.ea !icy RFQ 1E-1 Tn02 41 238 Page 15: [1] Deleted Mark Johnsen 0(10/17 4:10:00 PH The indemnification provided above shall obligate the Consultant to defend. at its own expense, 10 and through appellate, supplemental or bankruptcy proceeding, or 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. 239 RFQ PROPOSAL FORMS RFQ PROPOSAL FORMS rSe1 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents of this RFQ; Its Proposal thereto, including without limitation any Addendum, or all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: Addendum No. 1, Dated May 11. 2017 Addendum No. 2, Dated May 19, 2017 Addendum No, 3, Dated June s, 2017 Addendum No. 4, Dated June 15, 2017 6.1.1 RFQ No. : 16-17-003 I certify that any and all information contained in this RFQ is true. I certify that this RFQ is made without prior understanding, agreement. or connections with any corporation, firm or person submitting a RFQ for the same materials, supplies, equipment. or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Civitas. !no. Proposing Firm's Name 1200 Bannock Street Denver, CO 60204 Principal Business Address )703) 571-0053 Telephone (303) B25-0438 Fax mf°hnspnir caysasino tom E-mail address Mark W Johnson Name President Title Authorized Signature Urban Design, Landscape Aichsecswe and Engineering Services for a Flex Park at Virginia Key RFQ 16-17-0O3 W 5.2.1 STATE OF colorant° COUNTY OF Denver CERTIFICATE OF AUTHORITY (IF CORPORATION) SS: !HEREBY CERTIFY that a meeting of Ole Board of Directors of the r i v, r.x T nc a corporation existing under the laws of the State of rnlorado held on dune 15 2C 17 , the following resolution was duly passed and adopted: "RESOLVED, that. Ina-k w John nor,. as President of the Corporation, be and is hereby authorized to execute the Proposal dated. June 26 , 20 17 , to the City of Miami and this Corporation and that their execution Ittereaf. attested by the Secretary of the Corporation. and with the Corporate Seal affixed, shall be the official act and deed of this Corporation - I further certify that said resolution is now In full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand and affixed the official seal of the corporation this 26 day of .2eea .2C 17 Sect (SEAL; FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL Uman Dewy). Landscape Architecture and engineering Services fora Flex Park at Virginia Key 1 018-17Ae3 240 241 RFQ PROPOSAL FORMS RFQ PROPOSAL FORMS 6.3 DEBARMENT AND SUSPENSION (a) (b) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the Causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination. the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. Causes for debarment or suspension include the following: Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under slate or federal statutes of embezzlement, theft. forgery, bribery, falsification or destruction of records. receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3, Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may Include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity. 5. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. Urban Design, Landscape Architecture and Engmeenng Services for a Flex Park at Virginia Kay RFO 16-17-003 o1C lit oF 1;1- (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set Forth above or debarred or suspended as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Proposing Firms. Name: Cr.vitee, Inc. Individual Name: Signature: Date: mark W. Johnson June 26, 2C17 Urban Design, Landscape Architecture and Engineenng Services tor a Fled Path at Virginia Key RFO 16-17-003 all 242 243 rt,"71,10,15rf,P' Pershing Square, Los Angeles, Mites_ LETTERS OF AGREEMENT I CBE Letter of Agreement (LOA) Community Bttsiltess Enterprise Poicrmm f'CIlF'I rl n , 41 i 11:Nt non I.i HE(1,1111 11 1, ItY 1,11kti FROM: Civitaa, Inc. Name of Prima Pregame Bes'ign-Bend Firm in nwponse 10 RFQ+REP Number 10-17-a03 , the undersigned hereby agrees to uriliee the Community Business Enterprise ("CBE") firm listed below, pia forming llte Stated work at the stated percentage. if awarded the contract. The undersigned funhrr certifies than the firm hus been contacted and poverty apprised of the projected work assignments) to he perforated upon execution nt'the contract with the City of Miami, Further, by signing this Letter of Agreement ("LOA") the undersip1rrrrd consents to adhere. to the City of Miami Procurement Code 18-87. as amended Name of ehe Mlaa,i-Dude Caunll Certified CBE CBE -AA CenifirllenNo, r'BE. A4: Certification Exp. tilpe of Work to he Performed (Teehaical Certifcatiaa Crummiest remrnloI o 1%) Amoen of tedpri Far Basal to Associates 1058iB 5/31/2018 mechanical, Electrical. Fl tackling 3► 1 ecrliljt that tire representations contained in lints form are true and aecura a to the hest of my knowledge. PrincipalPresidenl's Signature Mark W. Johnson, President PrincipaliPresident's Name/Title ,Trap 20. 21,17 (Date) THIS SECTION MUST RE COMPLETEr1 BY PROPOSED CBE FIRM (5u13-CON5W l rnN t I AC4NOWL.F€X,MEN'r13Y T'iLF. PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and rcehnteet eenificaninns) to provide the required services consistent with normal industry pmctice and the ability to nncernise meet the prnposal rpecificarions. CBE. Prinei al's Rene T. Baault° Principal CBE Principal's Name (Print) Title _emelto Associates Name of CBE Firm 246 ex„- 16- • 2'1t17 Date note FVahrLOY LETTERS OF AGREEMENT I CBE Letter of Agreement (LOA) Community Business Enterprise Program C 'RF.") THIS SECTION MUST SE COMPLETED BY PRIME FROM: Civitaa, Ina. Name °Err/me Prapurer l Design -Build Firm In response to RFQ 11TP Number 16-17-003 , the Imdcni0red htneby agree rn ulilira dm Community ilurinc e Enterprise ("CBE") firm listed hclnw. performing the stated work at doe stated percentage, if awarded the contract. The undersigned further uuti Ks; that the firers has boon cnnueled and properly apprised of the projected work assignment(+) to be performed noon execution oft c contract with the City of Miami. Further, by signing this Letter of Agreement (" I.CT;t-t the undersigned consents to adhere lu the City of Miami Procurement Code t8-87, as amended. Near aftle Attaml•Dade Casey Certified CBE CREATE Certification Na. f1F-AJF Certificates Exp. Tnes/Woo k to he Polls turd (Technical Certificates Categories; Percemnerr5:l Amount of firepr Fee rlorida Traauportacian Engineering (ME) 12049 40/31/2017 Traffic Modeling 31 1 et:riify that the representations anntained in this Form tors tow and acuirda iodic hest of my knuwlutl4c. Principal Preaideer's fikmnnne Mark N. Johnson, President Pr inaipnl,Trrssidanl's Nam ell lu June 26, 2017 (Date) THIS SECTION MUST BE COMPLETED BY PROPOSED CBE FIRM ISUB,CDNSULTANTI Ai'KNc)w'1.F1x=MEwr Rl' Ti fE PROPOSED CBE. FIRM The undersigned hula retniotii hly tmwmmitled capacity sufficient (including all lincirses and technical eerrilicalions) In provide the required services consistent with nomad industry practice and the ability to otherwise meet the proposal specifications. CBE Principal's Stornutetrr Ravi 0eeaquptapr President 6/16/7617 Dale 6/16/2417 CBE. Principal's Name (Print) Title ,glorlde Iran poortatlnn Entrineerina 10701 Name of CBE Firm Dale tnarllna 247 LETTERS OF AGREEMENT I CBE Letter of Agreement (LOA) Community Htu.incss Enterprise Prngrant raw—) THIS SEC 11ON MIf&T 13E (.OMP1.f. TT EI BY PRME FROM: Chvitas. Int. Nome or Prima Propnrcr r Ut•sign-Band Firm to response to Rt7Q/R1'P Nunther 16-17-003 , the undenipurd lscrchv agrees to utilize the Community gusinesx Enterprise ("CBE") firm listed below, pet limning the stated work al the staled percentage. if awarded the tenured. 'he unticisigllerl anther certifies that the firm Itas horn contacted and properly apprised of the projected work atsiguiuizul(s) to be pn formed upon execution of the cnntr:lcl with the City nfMialnti, Further, by ,signing this lc tier ofAkreuu in ("IAA") the undersigned consents in adhere in the City nt Miami Prtrumment Csaie 18-87, as amended Name al' the Mimi -Dade Caa sly Cet Imad CBE Milian Swain 6 Associates CVE•At£. to, ItnzEtan No. 1670 1f31/2018 Management Services (11C .5 0 I'ype ul Work tote Perfumed ['enure-atlon Hop. Frresidrul Crrlirirrtiea (atvanrh•al Construction Penaataae I"6T Anlaant of Design vac 1 certify thai the represcuinlirdts contained in This room are true and accent a 10 the hest of my knowledge, 3% C ;1 Mark Johnson, President June 9, 2017 Principal(Prcodcnt's Signature Principnlfl'resit♦sni's Nil:110,11110 THIS SECTION MUSTeE COMPLETED EY PROPG5PD CBE (IPM (SugdONSUI TANT) ACKNOWLEDGMENT BY THf? ['Rt?PC1SL'f) C'13Fi FIRM The undersigned has rcastrmbly uncommitted capacity xirtGeiCtti (irir:S Whig all liuensox and technical certI Bculions9 to provide the required services c�ymho1ent with annual industry practice and the ability to ish:m ine imzl the promo of Specifications. CBE Principal's S'glint Deborah swain Vice President CBE Principal's Name (Print) Title Mattn, Swain &Associates, Inc Name of CBE Firm 248 Date 6(gr2017 Date MOM IM LETTERS OF AGREEMENT E CBE Letter of Agreement (LOA) Community Business Enterprise Program (CBE) 7Hi5 SEr110N MIDST DE COMPLETED We PRIME FROM: Civllas Inc. Name of Prime Proposer! Design -Build Firm In response to RFQ/RFP Number 16'17'003 , the ondcrsigmcd hereby agrees to utilize the Community Business Enterprise (CBE") firm listed below, performing the staled work at the stated percentage. if awarded the contract The undersigned further emirates that the firm has been contacted and properly apposed of she projected work ascignmcni(s) to be performed upon execution oldie contract with the City of Miami Further, by signing this truer of Agreement ("IAA") the undersigned consents to adhere to the Cityof Miami Procurement Codc 18-87, as arrlended Name or the Mlrpal-Dade Clammy CeniRed CBE - CBE -A/C CId1 C+lian No. Cnt3-01uk CerTfilion Esp. Type of Work late Performed (fencsirat C'arlifitariao Categoriey Percentagel%i Amount of Design Fee Manuel G Vera 8 Associates, Inc. 1555 90/31r2018 15.01 Land Surveying I certify that the represenmtions contained in this form arc true and accurate to the best of my knowledge. ern Mark Johnson, President tune 9, 2017 Princi;pot""'President's Signature PrincipalfPresidcnt's Name/Title (Date) IRIS SECTION MUST BE CGMPLE Ti1I tie I^F: n'OSEU r 31 i 'Oro 1s1iB.1 0:3.1 3 I nN 1 ACKNOWLEDGMENT BY THE PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide the required scrviots consistent with normal industry practice and the ability to otherwise meet the proposal specifications. le 9-/7 C Principal's Signature Manuel G Vera, PSM Executive Vice President 06/09/2017 Dale CBE Principal's Name (Print) Talc Dale Manuel G Vera 8 Associates, Inc. Name of CBE Firm Minx ins 249 LETTERS OF AGREEMENT I CBE FORM C-1 Letter of Agreerent (LOA) Community Business Enterprise Pmgrant ("CBE") THIS SECT[ON MUST BE COMPLETED BS PRIMI FROM: ,lean. lnc. .'serve of Prime Proposer t Ucatun-Build Finn In reslrunsc 'tUf) I•I' Number 16'17' 003 the undersigned hen'b) nytrees to utilise the.Cummunily t3tr.:inuss Enletprlrs i Lill.•'7 firm listed below. perfurnting the stated work at the slated percranagc, 11 uwllnleel the cuntrnct• The undersigned further centl'tra dun the rirnl has been conracted and properly apprised of the prujneted work ussign[nenlls) to he performed upon esecotton of the unntact oilh the City or Miami. Funhsv, by signing this Leiter of Agreement ("I lM"1 the undersigned consents to udherr to the City of Mliami Procurement Code 18.87, as amended Same of Oka Mlanu.Dadr S'aenp S'ertiued ('hk. 5Bt.,A4 Cerlineatiatt Su. ('ME:-.Vt. (:errlfioeka kep. "typs el' Wok to be Pei fop end i leaierrei I entltenrom C'elnerbtsl Percentage 1.) %mount ernnan Kee 70sloet Haohsna Cnneultiroy En;lluur:rktg 11761 055172020 SFr at: I. urul Eny k.rruac kng 21 e.:rtIfy dens the prcscnlatrons sums! tmd In is sheen' arc tree and aecuru a to the Zest of my knowlwigc. Pr sere ipal.1'resitknr•s Sigtralnre Mark M. .`ohnean, President: Principal:President's Narueffillc Juno 26. 20)7 WHO THIS SECTION MUST BE COMPUTED 6Y PROPOSED CBE FIRM ISUD•CONSULTANT) AC'ICNUWI_E1kiMLNI BY I111. PRlt1+util1)t'Itl IIf1l I he undersigned has reasonably uncommitted copacily wlitossed (including all Iisu+1 .o wed Icehuital senitsealsous) lu provide the required *entices esubsistcnl with normal industry pi aches and the uIoItts to ut her ss Ise meet the proposal specifications. 1. .- c f.'HEL I`rit Ipa tutu c Yuusaef linc1um President CBEs Prineipal's Nine (Priul) Tide Youaue.0 fkicllctn :unaull krsy Engineering Name of CHI:. Firm 250 (k,;ft0)/C7 Dale June 16, 2017 k)ale ream LW Z a a w List of Sub -consultants w TOTAL CONTRACT AMOUNT: es O e so my 0 o U 2 or CBE Certification Number Business Category a 1 e 2 r Ma Professional Licenses w O. 2 2' 2 .k c C.- E. N an scape r ., ransportatwn, Eeal nveonmentaP Eng_ L r$' a al a w a 7 € is g a E g u 1 O a, 1 o a € a » S V 420 Uncoln Rd t600 Miami Beach 33139 2937 SW 27Ih Avenue S!e 101A Coconut Grover 33133 g is 2 e 2 n i g if, 2 s Q❑ e El a P. N I E tL p E m Z E i ! Y q 8 0 a J c Z 1 P. < o6 rc g E. t Ti ty CMS gg k E 2% n to a m E Z in 0 Name of Individual Completing Form: 251 FORM C-1 0 z O tr for Flex Park in Virginia Key 252 List of Sub -consultants aF TOTAL CONTRACT AMOUNT: R. -. a $ Total Sob - Contract Amount tbd A CBE Certification Number o ., 7-, 2 Business Category W 0 l< U Si m U CSBE)AE 2 m U Professional Licenses a. N Q Q R ® o z . 1 d. z .7 a m c Scope of Work m o r g Struclural Engineering R n a Construction Management rm 11 73 C Address 1 8750 NW 36th St Ste. 670, Dora1, FL 33178 0 N i° ^' m 13980 SW47th Street Miami, FL 33175 O ri E g a EN q' a a! ti sN E lLL N E z v w - w a r Le U F i s Manuel Vera & Associates Basulto Associates a 9i �q m - r o Name of Proposer: Gongs Inc 175 W N Name of individual Completing Farm: CERTIFICATE OF COMPLIANCE REQUEST FOR QUALIFICATIONS RFQ No. 00-00-000 CERTIFICATE OF COMPLIANCE WITH SECTIONS 1S-87 Mark W. Johnson , hereby certify that: i) I am the ..,....,.. President (President/Secretary or Principal) of civitae, Inc. (Respondent Firm)', id I have read Sections 18-87; iii) (Respondent Firm) Civitaa, Inc. hereby agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Cade County as a Community Business Enterprise ("CBE") firm; OR iv) (Respondent Firm) hereby is certified by Miami -bade County as a CBE firm and will self -perform to meet the minimum fifteen percent (15%) CBE requirement An active copy of the respondent firm's CBE certification must be included in Proposal. v) (Respondent Firm) civitas, Inc. hereby agrees to make assignments pursuant to Bern id) above to certified CBE firrns who maintain a "Local Office", as defined in City Code Section 18-73; STATE OF FLORIDA COUNTY OF MIAMI E Before m g/giy BI(bN8 I 's ned, y ��cu and acting personally, appeared �j o me well known, who being by me first duly sworn upon oath says that he/she as been authorized to execute the foregoing Certificate of Car0pliance with Section 18-07 no behalf of espondert Firm named therein in favor of the City. Subscribed and Sworn to before me this `+ day My commission expires' Banded by my w 20 %7, Pypoc allarg llin filltT h12 ! • s'rlk]WIiB510Hr FTI y .} EXPIE9:A4f4,20111 Ilugq—lays Mowry 7wYM 253 CERTIFICATE OF COMPLIANCE BUSINESS TAX RECEIPT State of Florida Department of State 1 certify from the records of this office that CI VITAS, INC, is a Colorado corporation authorized to transact business in the State of Florida, qualified on February 26.2014. The document number of this corporation is F 14000000904. I further certify that said corporation has paid all fees due this office lhrouah December 31, 2017, that its most recent annual report/uniform business report was filed on January 1 1, 2017, and that its status is active. 1 further certify that said corporation has not filed a Certificate of Withdrawal. Given under nn: hand and the Great Seal of the State , Florida at Tallahassee, the Capital, this the Nineteenth they of May, 2017 Secretary of State Tracking Number:. C1.10113190373 To authenticate this certifieate,visit the following site,enter this number, and l hen follow the instructions displayed. h 1 t p s:fl s e r v i c e s s u n b ire, o rg! F i l i n gs1 Ce rt i fi c a to O fS to t u s t(' eti ifi a al eA u t h e n t i t a t ion Tag ,'Gt[tittl POSE TF..s ULK.ittluNt IN 4 CONSPICUOUS PEAT NW I IeVNSsh_H4, j011= GAS W'JLI A': ANUT4E1R A1g4ESS lWLYSs 14t'1'lt1'ek13 54 Ilk 16NANCE NEf'4441w'LNr, L44Y OF 4NWill 444 g,W.2 A4F 11�. I L.044. K1LV.L IL '13445 4 (455 pd.1)410-1s1 i. Effective Year Oct. 1 2016 Titre Sep. 30 2017 RECEIPT FOR }OMLEY HORN 8 ASSOCIATES INC ISSUED Oct 05, 2018 TOTAL FEE PAIL) 110.00 ACCOUNT NIIMRER 95344 RECEIPT Nt1VUER 43789 ; ANIS OF 0USIN641S KIMLEY HORN G ASSOCIATES INC I1BA KIMLEY HORN & ASSOCIATES INC LOCATION 1221 BRICKELL AV 400 IS HERESY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: PROF ASSN+'F'IR&flCO.IPTNERSHPS!CORP Jose M. Fernanstg4 Flna}tcg,l7 re aL THIS IS NOT A BILL DO NOT PAY flu4. u'4.ve® 4 it t411,I. 14, Rmt+l DTI 0'4 hail., n ,dae,a' 115 On, 144➢ a du... city INN Awn a cem,ri (her •A,I rum e.r led. nn4I.1L. 16,111i IA iteMmnby IIa1 Thiel dnnn,,a 4sM nW oarat114...14404,, *aft ,wn r ,0er1441ctdr,e 14 en, ie n o. 4o.,A,,5 .IEkdp 9541 n154 5, 44wtlw.r u4I4.4',,,,. 2017 254 255 BUSINESS TAX RECEIPT BUSINESS TAX RECEIPT CITY OF MIAMI BEACH CERTIFICATE OF USE, ANNUAL FIRE FEE, AND BUSINESS TAX RECEIPT 1700 Cnrwe0llon Center Arne Mamr Beach. Ponds 33139-1819 TRADE NAME URBAN ROBOT ASSOCIATES IN CARE OP JUSTINE VELE2 ADDRESS Ile WASIHINGTON AVE. APT 1504 MIAMI MACH F I .11 I.IA-721.1 A we*? a Imposed la 91Mo 10 New ear 9a+n.r+ T.. Champ! a11e4.d COlraaa.0uily ■ taayt WWI hes,.aa A /Mewl* alas. I Busreas tag R.upl aalr4 ands/ ale NU YS [Iota not WO Of auO.laa6e center car I.N.. d0aa a01 COr1.101.0e City ap0,0v.I 0*. pp0olor 0y.urO}a a1111a1' Nb ,000. 0C0.W t . 7M Ik0nuoe ntA..e olio" aria anpau010 iu Ihu 11w11.w0 a bu0.lpns tea Rac."1M May 8. Immo-rim A Warn 10 day. Ma bon.lrie .0b inrwre • ranple0 MINIM Fermat is 4ua a 10 emerw lxtlon *art.! COY 4 am. M WMGva. aN Dap RAMP. art aWrw4 Max to the ap.nrq al V10 n.N braem Additional information PA he name nasal iw.nna OFFICE USE LYILT .a ant CMB w0. 504 .42.14114. sitonn l N0 wades Ole 4Iea viung IO re 0000.4 al hall u111p 4r0paeY Nv o4w1Y11. W 44040IM+a pliarrad Slrrnae L mesons FROM CITY OF MIAMI BEACH 1700 CONVENTION CENTER DRIVE MIAMI BEACH FL 33139-1819 Urban Robot Aaoociatms 110 WASHINGTON AVE, APT 1504 MIAMI BEACH. FL 33135.7223 Iut1err16n1111dtr61NtN111J16rhh11t11rn11 REGEI9f NUMBEREvian B.gkW1O9 pare& No. RL•I0005415 terthr2012 0&70rZe13 0242E02 T4Bk60 TRADE ADDRESS. 110 WASNINOTON AVE. APT 1SO4 00001R 411401 C.Ailaace 01 Ua.'Oau.Pa0on nONIE BASE BUSINESS OFFICE "pE0SONA1, CERTIFICATE OF USE HOME BASED 040a PERS FF 00ks FRrSORTtf nest CLASS its POSTAGE 1'AID MIAMI BIEACH. FL PektiuT N. 18.1E STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN (850) 487-1395 1940 NORTH MONROE STREET TALLAHASSEE FL 32399-0783 URBAN ROBOT. LLC 420 LINCOLN ROAD SUITE 406 MIAMI BEACH FL 33139 Congralulations1 Wdh this license you become one of the needy one million Fool idlens licensed by the Department of Business and Professional Regulation. Our professionals and businesses range from architects to yacht brokers. from posers to baabeque testaments, and they keep Florida'. economy strong Every day We work to improve the way we do business in ord.0 to serve you better Forinformation about ore services. please log onto www.myfloridalicense.com. There you can find more information about our revrwons and lire repolatlons that impact you. subscribe to deperlmunt newsletters and learn mere about the Departmenl's inillali0es. Our mission et the Department Is; License Efticiently. Regulate rainy We conslantlg slrhle to serve you better so that you can serve your customers. Thane you for doing business in Florida. and congratulations tel your new license, feiSTATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION AA26002760 ISSUED 12/17/2013 ARCHITECT BUSINESS URBAN ROBOT, LLG Is Gem RHE0 Endal rrre oroa410na of Co 4a1 75 C,a..1o1e.e learn 741e 11a.si*acaoxl The Department of Slate is leading the commemoration Of Florida's 5001,11 anniversary in 2013. For more Information, please go 10 mew VivaFlorida.org. 101 LIFO DETACH HERE RICK SCO'TC, GOVERNOR STATE OF FLORIDA KEN LAWSON, SECRETARY DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN LIG8Nee NUMBae AA2AOb27b4 The ARCHITECT BUSINESS Named below IS CERTIFIED Under the provisions tit Chapter 481 FS. Expiration date. FEB 28. 2015 URBAN ROBOT, LLC 420 LINCOLN ROAD SUITE 40E MIAMI BEACH FL 33139 VIVA fIIN�I': 256 257 BUSINESS TAX RECEIPT Local Business Tax Receipt Miami -Dade County, State of Florida -THs3 IS NOT A BILL -DO NOT PAY 3581237 BUSINESS NAMEILOCATION DEVAGUFTAPU RAVIKUMAR V 8750 NW 36 ST 670 DORAI. FL 33178 RECEIPT NO. RENEWAL 5821086 OWNER SeC_ TYPE OF BUSINESS DEVAGUPTAPU RAVUKUMAR V 212 PPCTESSIONAL PE52150 002191 LBTi EXPIRES SEPTEMBER 30, 2017 IhLoseed en pace VI teuineos Pernuom In enure Cod• Cheater BA- Art. seta PAYMENT RECEIVED BY TAX COLLECTOR $60.00 09/08/2016 ECHECK-16-175953 This Lecg Euless§ Tao Becaeptpely Nolo. peemm o10hs Lace) Bnahess Ta._ The &ness e B •m • license. pluses at•[SOP eerie. el thehoider'squahhcariwa, de business. Ib1d or nw.Bcosely.rlm.ey guu ,suonol ea o le• rme•mal requiems,leveenaAr.qun.carmen which .yplyu th• business, The RECEIPT NIL mime mug to diol Scud 0 n ell amnesia, do Co de See ae-226. Fey EN* INI0need o, el.lt Lien, ml0Dtilnd910y11onsit81or Local Business Tax Receipt Miami -Dade County, State of Florida -THIS 15 NOT A BILI, - DO NOT FAY .284295 BUSINESS NAM!/LOCATION NECEIEU NO. FLORIDA TRANSPORTATION ENGINEERING INC RENEWAL 8750 NW 36 ST 670 4473021 DORAL FL 33178 LBT EXPIRES SEPTEMBER 30, 2017 Must Oe aleph*5114 ac nlorr at bOI*InOmr Kirwan, tc County Code Chaplar BA -Art. B& l0 OWNER SEC, TYPO. OS BUSHELS& ft TRANSPORTATION ENGINEERING INC 212 PAJ'CORP/PARTNERSHIPIFIRM EB7924 Emplayee(s) 1 PAYMENT R[CE1VEE, BY TAIL COLLECTOR $45.00 09/06/2016 ECHECK-16-175953 This Local Business Tee Rneeipl only condoms Bement el the Local Betimes Tea. Thu Rucelp.Is fun a liemel perm1Ler 0 curd licanon nt the hutdyr'cgqm111Seenout, todu business. holds, must comply Blth Eeygnveuemenlel or I I.yylgury lawsrequyllich apply.o the buelneu. The MCC IPr NO sleep mum be despises on alI cmmi.scuae wbe.BE- Mievu-Bede tees Sac as-lfi. rvrmom i akrmenan, Be, ISSN ni .y0L11cu11901, 258 �1 1 1 tYY C A Arh ,. �1hi (if t1;11t11 1411 ra. rill u 4h rut Al at- nrR n2A,NpsS LL 01 1 1C 1nH L LS eltrr l hl r I d theke u C 5.: ,LNl u Flc:'Cr11, MIN.1 f/ All q 1.11Jr1C y.JT.i,I,b Effective Year Oct. 1 2016 Thro Sep. 30 2017 RECEIPT FOR Youss4l Hacheln Cot -muffing Eng ISSUE° Oct 61, 2016 T. 141 F=p >'A111 116.00 ACCOUNT NUMBER 130223 RECEIPT NUMBER 170118 MAME OF BUSINESS Youssvf Hachem Consulting Eng Dim YHCI-. Inc I FCATION 99 NW 27 AY 200 IS HERESY IN COMPLIANCE T( ENGAGE IN OR MANAGE THE OPERATION OF: PROF ASSNIFIRM/CO.IPTNERSHPSICORP Jose M. Fernande F sn@QireCIor_ BUSINESS TAX RECEIPT THIS IS NOT A BILL DO NOT PAY IN. 1-11..4w01 • Y.rts,t s. •)•1R p.Re net .1 1...4. N•M e.. Irws• s W rla 9mtlw• N..••••,. a, 4r tw. m,,w..e e.. ,4. 1I..w.. • re,wa,n e,m tn• NA. • w.rw 10 ,=.:. h•smv1. p.+.wv,,. AURane jvusex.nw. Tra m.._,wn.r. ENE.* NeP..rn ,rl a.+ ua..u. klien1R..4 2017 3aia::,i n i R025 ulilill)jljiijiiljljrilillirllpjl;tiili,lilrlllii111a1)lilllr 259 BUSINESS TAX RECEIPT re Local Business Tax Receipt Miami -Dade County, State of Florida 111,515 NOT A 01.1. - DO NOT PAY 7171792 •usiN•Sit NAMEICOCATION R0OIIPT NO MALYSZEK IEFFREY 0 PE RENEWAL 3390 MARY ST SUITE 260 7450700 MIAMI FL 33133 OWNER MALYSZEK JEFFREY 0 PE C/0 MOFFATT 4 NICHOL INC 4.711 SEC. TYPE OP Auto.M60 • 212 PROFESSIONAL PE4S745 LBT EXPIRES SEPTEMBER 30, 2017 Mal he 911014Yad n, place el 0ra•MeI. Pursuant la County Coda Chapter BA - Ar1.9 & 10 PA?M00, AE1GytO ex yAx EoeLecran 360.00 09/02/2016 0HE0(21-16-1184.33 Thh LP., l.I..0 [•.71.erp •W caSlrm eee .5 ellha tae.l Imam.el TN_ The Eanip Noel • Iwame. ego*. e• • wNhuW net N• Waldo • Nrol4sellpµ. 1p O MINN, Y.M.r :uu c..,pry yi••.•• e•••all , narepeanmaaeW nt ulcer, law. .ml I.g4IIenewo which apply lo Ma wxu.u. Tha RCEIPI N0 Mow nmai Yo i,uN1Mw ell conleu0OI nYicles- M11P1- WC. C.& Us le-Tw firm. lmemaeo. nui yawr so e•e, wlAelsaRtci4[ Local Busio-es axr-Receipt Miami -Dade County, State of Florida -THIS IS TOT A SILL - 00 NOT PAY 7171776 c.ANON MECUM' NO. MOFFATT & NICHOL INC RENEWAL 3390 MARY ST STE 760 7460679 COCONUT GROVE it 13113 OWNER MOFFATT a NICHOL INC Employees) NICHOL LBT EXPIRES SEPTEMBER 30, 2017 Must be dwplaead at 010 41 Ipein.. Pur.uanI to counlr Can. Cnaale, SA An 961D EEC. TYPE OP E V SIN66D 212 P.AJCORPIPARTNER5HIP RAM 11C3017 ET TA: coa.cciOiORl 54500 08/17/2016 FPPI12-16-006729 TIN Loco 8.1.11• Ire. N.,..o *RN rypn11ra1 p1.Elp1 M 110 L1c010w.1el Tax Th. l.eoip 4 eel I Immo. pert.si c•uYc.Iw.M Ih. Yek.r. Twhi.ovenl. la de 4NlMn Helbe mod cwaoh with wllmwr.veoneo1 or.,N1Nrwn•nwl r0p.law,1 Iowa 11e lN.Il40lnu which spp11 O 04 hwi•0 Tim MUM NO Now r..0 he e.p4ryed.. •N carnr0mul.l loNeln - MIIEI-Doi God les 4.711 9, elela I,I.,oeliun.laaYrammimoilimlumMAFAUFON 260 Local Business Tax Receipts Miami -Dade County Manuel G. Vera & Associates, Inc. Manuel G. Vera, Jr., PSM • BUSINESS TAX RECEIPT Local Business Tax Receipt Mlaoij- Da de County, Saata 01 Flo,I0 16,144, 10.1.• •7V * Hr17.10 1N.*NR1 .1w.1. NI u1W Ki+II`- M.G. VERA & ASSOCIATES EXPIRES SEPTEMBER 30, 2017 I WAY is ,,,UlTelrsPa.NY 1nrylwcii AT.91'.94Y re.urn MI Ch. 1,11110 4TI1i710 fbrAtt µh a „14.111dI 1P• Local Business Tax Receipt Miami-L1Ydo County. S[E[a of Florida 111ee. Wier ;! NEWIN REMIWAI 31te•da1 LBT EXPIRES SEPTEMBER 30, 2017 A. 41111.1cP 4,110 ..nr .. r .-,,...1r 11N,M Now l,al5 11KPRAYI !a AMMO .-w 261 BUSINESS TAX RECEIPT Local Business Tax Receipt LBT Miami -Dade County, State of Florida -T1 P615 NC l A BILL -ILO NOT?AY 3012615 BUSINESS NAMLttOCATION BASULTO S ASSOCIATES 14I60 PALMETTQ FRONT/SCE 9D 22 MIAMI LAKES R 33916 OWNER BASULTO 1 ASSOCIATES INC Empllryee(s) RECEIPT NO. RENEWAL 3448947 1 EXPIRES SEPTEMBER 30. 2017 Must 5P J.sIYrd N hlera A. 4.ssrrxss' P.rrwull to Cauniv Cope Ch.IB.r Ri. - A,; 9 A Iu TYPE OF BUSINESS 212 P.A./CORPPARTNEPSFIIIFIRM PAYMENT RECEIV£O BY TAX COLLLCTOR $45.00 07/26/2016 FPPU12-1Er-B06131 MSLBW BasiNOT.FRermpv0Ncmnhrsre peemeldr treei0II.Ines TEL TM Rawl beM.BeerOA pmnP, of rar.1.0w al the AnItlio quehllrauum., t. t.vaI I Il drermaKcunry k With AY, rwermu#dl ssm4arnFwsPl testy le re u.e..1 r..mr.m.no ,0.0 ryP r Ia I TheRECEIPT ma .L.M see hedranreyad eeall rornme! IraNcla:-Mrnne tad. lade See ra-DE hat more IManrution, vieyl w.rw.lyRT! gt*M!hacAIa+'t0 Local Business Tax Receipt Miami -Dade County, State of Florida -THI515 NOT A BII i - D0 NOT PAY 2169992 BUSINESS NAME/LOCATION BASULTO RENE IGNACIO 14160 PALMLTTO FRONTAGE RO 22 MIAMI LAKES R 33O 16 OWNER RASUI TO RENE IGNACIO RRCe.Pr NO. RENEWAL 2232431 SEC. TYPE OP BUSINESS 212 PROFESSIONAL PE0440259 LBT EXPIRES SEPTEMBER 30, 2017 M.rn: t+- J,sn•nrml al owe*. business wa,onsen Crw„ly Code ChsMur SA • An 9 & IB PAYMENT RECTA /ED BY TAX ROLL OCTOR $6000 07/26/2016 EFPU17-16-406i31 MINN. limn.., T,IR Ileurpl .,dl coebnu P.P.al eft t.rml SePneu Tx T4 Emcee, a nm n lkuxa. pee.. ac...eu,u..., the Ionia, lee+Irkcak.nttr do lam,. was./ ryact4,5wrlY.xr I x..g.ratraa:aai.•q,d.tc rr 4x...d,saedsaerm which.pely le Rw The R(LTIPT No .ge.r wem be Meleyed err.R cwrmwreim esEeles - Mruri,_O.de Cade Sec le-216. FP muw irdorrvlNbe,i 4.wJuimNltedeeag/Ewg1191191 262 (or, et119 of tl*.4044.1411 NAGS �_ r4 W I/fill ._ MM.. rt 15e10 6Hactivp Ynnr Oct. 1 7016 Tirro Sep 30 20i7 14F.(:4-IYI Ft 1K YII.IAN SWAIN 6 ASSOC INC F:?.I1U II Oct iR 2016 IUt AL I ..(.VA:C $16.00 ACC0UIIT NUMBER 15129 4 ECE6>1 NUMBER 1671e NAME 4.* BUS KEYS AIILIAN SWAIN A ASSOC INC G6A PAL LAN SWAMI B ASSOC INC LOCATION 2828 SW 32 AV IS HEREBY IN COMPLIANCE 10.ENGAGE IN OR MANAGE THE OPERATION Or CONSULTANT: BUSINESS OR PROF. Jose M Fernandez Finance Director BUSINESS TAX RECEIPT THIS IS NOT A BILL DO NOT PAY or ahw.s. ISO wan .a 1.... St%etam Wa1L WI Um. Ls. .arw m.mii, r.. MrAkrle nr a5'h AWN M,rY 404*41 * Y. Ben roar.. By worsa+: *.c p>..Iwn .. PJw , • • 2017 Local Business Tax Receipt Miami -Dade County, State of Florida -11115 i5 NOT A SILL -CO NOT PAY 4979614 BUSINESS NAME/LOCATION CREATIVISION MEDIA, INC 501 N BISCAYNE RIVER DR MIAMI. FL 33189 OWNS# CREATIVISION MEDIA, INC RECEIPT NO. RENEWAL 5199377 LBT EXPIRES SEPTEMBER 30, 2017 Mull ly 44p7ey14 Al Ono 01 Pu4Ine.. Pu truant to County Code Chapter BA - Art, B Be 10 213 SERVICE BUSINESS PAYMENT TA% COLLEcTaRu ElnrtMyealal 82.60 10/0620 i6 ECHECN-174:00619 ibis Ewa! Briwule. R rev lel My Nellms moms Wen teem! Baize.. Tlvo i#e RK. sir Mt a hoes., puma mreopr4R c.ur.eImeadhe0I(Ygl I MMv1,le debwiuve Haler ReelAM Pry germ Mewl4.l ar eu NmrNaruu.l r.1u1JrmA l.wnNed nephnn.EI wMich.pplyr. the buslneas 1h. RECEIPT N0. Abe. oo hrdi.pl.4d on ell rmeserNeI e.k;cl.s- Mie ..B.de Cede Sao I.-7,1.. Car more InIaIm..J,. rieit pr!Tw.l0lp m10d41904 A44i11S14[ SSC. TYPE OF BUSINESS 263 CBE CERTIFICATIONS CBE CERTIFICATIONS Miami -Dade County Certifications A/E Pre -Qualification Certification KIAMIDACIE EZZ This certlhwle is hereby issued 1o. Approval Date: 09l11/701s Expiration Date: 09/30/2017 Miami -lade County Internal Services Department Architecture/Engineering (AIE) Pre -qualification Certificate MANUEL G VERA ANO ASSOC INC 1396e SW 47ds ST, Miami. FL 3317S M.G. VERA & ASSOCIATES The above name applicant is pre -qualified to provide professional A/E services for M'mmi-Dade County for the pelted indicated above. The applicant has committed its firm to comply nth the spec& conditions listed below 1 Pre-Quahlien to offer pmtessinnol servers ordy in the Miam-Dade County technical categories shown m the -Etalmnenl of lethmcal QuellInationo All tee hrKdl rater)* rr,lnr liens must he stingy adhered to. 7. Pre-Quatiacation Cedi6catinn (PQC) consohdales the technical certification, affirmawe Jelion plan and vendor registration lino one streamlined certification process resulting in the issuance of a Pre-Quahbcatien Certificate 3. Report any significant changes, such as contai person qualifier, ownerxhip, limo address,etc, by login on the hel1.4ennee Portal al sxwwmnaniidadegw/eendor within 34 days of such a Change FallUre to report said oranges to the County may result in the knniediele suspension or ternwlolkm of your r.i's Pre. Qualdxauun Certification. d, Failure to renew your fire's PQC at lease Thirty {301 days prim to your firm's current expiration date may result In the suspension and/or Ierne nellon from County programs and current or Intuit canlracts un1i1 vnu time s Pre-Qudilit Dunn Certdnelion has been properly renewed Any lapses in the cadrlkalon nl env el Iho required PQC areas {vendor registralimt affirmative action pun or technical rreNkabonl will result in a lapse in your PQC arms are responnbk for observing and adhering to al submission deadlines 5 Any renewal applications and/or supporting documents submitted after the application dna.dine might delay the review of your limes PQC enrt7aaton to the next available Tethnual Cemfication Committee meeting. The PQC application,, submission deadlines, and the Technical Certification Committee meetig calendar ran be Inund n Procurement Management web site located at: hip://n000n mMmldade gooflnremelurvveslprequal'IFiralIl n-rerldaalionasp b. Pemltll Ml.nn-Dade County representatives to have access during normal business he,ln to audit books and records to verify mlomnabun solmnned wrh 1Yrs apphcauan Theis night al access slap commence on the approval 1410 of 11.115.cervlicate and shall terminate on its expiration date Please nom that if car any time Miami -Dade County's has reason to believe that any person or firm has willfaliy and knowingly provided incorrect informal., or made False statements. the County may refer the mattes to the Stale Attorneys omre and/car other investigative agencies, initiate debarment procedure, and/or pursue Samtlnns or other legal remedies in accordance wilts Mlanr-Dade County poliryandlnr applicable federal, slate and Inca) laws Approved By TechmcaE Centlyoliun Committee Miami-Oade County Internal Services Department Small Business Development It l NW 1 11pat. 1 e1h I Irh M,emr, Ftyr,da.331Ta miamlderlagoe 4 305.3/531111 3ffiia.4a164 June 13, 2017 Mr. Youssef H. Hachern YCHJSSEF HACHEM CONSULTING ENGINEERING, INC. ' 99 NW 27 Ave Miami. EL 33125.0000 Dear Mr, Mechem: CERT NO' 11761 Approval Dale: 5/31/2017 - ShErAE TIER 3 Expiration Date- 5/3i12020 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Depatrrlent (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Entail:use Architectural & Engineering (SBEIAE) in accordance with section 2-10.4.01 of the code of Miami -Dade County. This (SBE/AE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (May 3, for the first and second year of the three year period. The affidavit must Indicate any changes or no changes in your firm pertinent to your certification eligibility, The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Dale to required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date, Failure to comply with the sold responsibilities may result in immediate action to decertify the firm, If at any lime there is a material change in the firm including, but not limited to, ownership, officers, director. scope of WOO( bang performed, daily operations, atfiliationls) 0N1 other businesses or the physical location of the firm. you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely Instructions from this office as to hay you should proceed, it necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the fiml attains graduation or becomes inellgibree year certification Period, you will be properly notified following an administrative process that your fipn's certification has been removed pursuant to the code. Your company is certified in the categories as listed belowafording you the opportunity to bid and participate on contracts with Small Business Enterprise measures Please note That the categories listed are very general and are used only to assist our cuslomers in searching the directory for certified Firms to meet contract goals. You can find the firms up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Direcory at the website lbttp://www miamj¢ode.gow4mallbusiness/certiftcatien-Dreg[ams asp_ It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register. you may visit blip /Mww. miamtdade.govlaroceremenrfeendor-registratfon.aset Thank you for your interest fn doing business with Miami -Dade County_ Sincerely, Claudtous Thompson, SAD Section Chief Small Business Development Division ShaNWaa-s e1111,10552 264 265 CBE CERTIFICATIONS MIAM I•IDADE rn am rinne.yav May 27, 2015 Mr. Rene I. Basutto BASULTO & ASSOCIATES, INC. 14160 Palmetto Frontage Rd Suite #22 Miami Lakes, FL 33D16-0000 Dear Mr. BaseIto( Internal Services Department Small Business Development tit awl Sire., ISIn Fluor Mien !. Florida 33128 7 305.3T5-3111 F 303-3T5:i160 CERT NO: 10518 Approval Date: 5/22/2015 .. MICRO/SEE Expiration Date: 5/31/2018 Miami -Dade County Small Business Development (5$D), a division of the Intemsi Services Department (ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami -Dade County Micro/Small Business Enterprise (MIC:f20BBB) an aocorddnce with section 2-5-1.1.1-1 of the code of Miarni-Dade County. This (MICRO;SBE) certification Is valid for three years provided that you submit a "Continuing Eligibility Affidavit- on or before your anniversary date of Aav 22( for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility, The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of tho Anniversary Date. Failure to comply with the said rasponsibiiities may result in immediate cation to decertify the firm. If at any time there is a material change in the Film including, but not limited to, ownership, officers, director, scope of work being performed, daily operations. affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation- You will receive timely Instructions from this office as to how Y. should proceed, rf necessary. This Ietter..w. (IL.1.LC the only a&,pney.atnellacdtion lest/ 4d ter the duratiefl9l.Y.9.ur firm's thrsg gata_certlficat oil. If the Sim otte Ens graduation or becomes ineligible during the three year certitiggt4on period. you will be nrooerly notified following an administrative *recess that your firm's certtfIcetriee gas been removed oursuartt to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures, Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified (ions to meet contract goals. You can find the hirer's up-to-date certification piofi1e as welt as all other certified firs an the Miami -Dade County Internal Services Department, Sinai! Business Development Certified Firms' Directory at the wehsite htte,/i r rr�LniamidadtSio7R+tamessrbitsinese-.p05ifiC01i50_A,{0BBILgs ado. Thank you for your interest in doingbusiness with Miami -Dade County. Sincerely, Sma hompson. SBD Section Chief Business Development Division CATEGORIES' (Yon- lion m'nynut or parlidpare on conl rola only undo+ lacer ontrenr aa) rare.. nonsovn0a seawees tta1GN:Naas1 64H31- CONSULTING SSOrloSS ,1x:retoesel abet-recivasgac 000r0Liine re,Ir,Rawnli ureaa.Enverac;,.rn,,rv,ar nen:Iwo-um IWIGRO59CI CBE CERTIFICATIONS Nfr > OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT Governmental Center Annex 115 S. Andrews Avenue, Room Aa96 • Fort Lauderdale, Florida 33301 964-357-6400 • FAX 954.357-5674 • T7Y 954.357-5664 dune 9, 2016 Mr. Amnon P. (Keith) Emery CMS— CONSTRUCTION MANAGEMENT SERVICES, INC. 10 Falnvay Drive, Suite 301 Deerfield Beach, FL 33441 Dear Mr. Emery: The Broward County Office of Economic and Small Business Development is pleased to announce that your firm's County Business Enterprise and Small Business Enterprise certification has been renewed. Your firm's certification is continuing from your anniversary date, but is contingent upon the fine verifying its eligibility annually through this office- You will be notified in advance of your obligation to continue eligibility in a timely fashion. However, the responsibility to assure continued certification is yours. Failure to document your firm's continued eligibility for the CBE and SBE program within thirty (30) days from your anniversary will result in the expiration of your firm's certification, Should you continue to be interested in certification after it has expired, you will need to submit a new application and all required supporting documentation for review. To review current Broward County Govemment bid opportunities visit /Itig(llwww,brw.lgl org;purehaslrcd+ci,frrrntsolicitatlon5. Bid opportunities over $3,500 will be advertised to vendors via e-mail. Please keep both the Purchasing Division and the Office of Economic and Small Business Development apprised of your current e-mail address. Your primary certification group is: Contract Services. This is afro how your listing in our directory will read, You may access your firm's listing by visiting the Office of Economic and Small Business Development Directory, located on the interne! at; 5dtcWwww,browai 9 ni<11,,:,lntinv/ mal101101oes57Peges1Defaulta574. Click on "Certified Firm Directory" Your firm may compete tor, and perform work on Broward County projects in the following areas: NAICS CODE: 541611 We look forward to working with you to achieve greater opportunities for your business through county procur s P(tkneon, Assist nt iI c Office of Economic and Small Business Development Cert Agency: BC -CBE SBE ANNIVERSARY DATE: JULY 15TH Steward County Board of County Commissioners Mark n 5o5er, • Seem Furr • Dale V,C. hlalness • Many Klar' C1lp L0Maroo • t,rn Flynn • Barbara 5 Mrei • CArc wo•lor www,broward.org 266 267 NOTICE OF QUALIFICATIONS I FDOT RICK 11 4.:01,. II:\Ini FDDT Florida Department of Transportation hu5Suwannee Slrr t COnw INt ItIkl StiCRIrrARY Tallahassee, FL 3210r1.04SO May 24, 2017 Deborah Swain, Vice President MILIAN. SWAIN & ASSOCIATES, INC. 2025 SW 32"d Avenue, Suite 110 Miami, Florida 33145 Dear Ms, Swain: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design Your firm is now technically qualified to do work for the Department for minor projects only, enabling your firm to compete for Professional Services projects with fees estimated at below $500,000.00. This status shall be valid until May 24 2018 for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell©dot-state.ft.us or by phone at 850-414-4597. Sincerely. •rikr Carliayn Kell Professional Services Qualification Administrator RICK 51 Gur1_RN( Ilt NOTICE OF QUALIFICATIONS I FDOT FDDT Florida Department of Transportation 1,4l Sue./111 eSIr ul ' I .d i.Ibn...-,.m:. I I.. 3'3'1'+-14 $n June 7, 2017 Amy McGregor. Marketing Department Manager KIMLEY-HORN AND ASSOCIATES. INC. 1920 Wekiva Way, Suite 200 West Palm Beach, Florida 33411 Dear Ms. McGregor: MORE DEW SURE-ARY The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 2 Group 3 - Project Development and Environmental (PD&E) Studies - Highway Design - Roadway 3.1 - Minor Highway Design 3,2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6,3,1 - Intelligent Transportation Systems Analysis and Design 6,3.2 - Intelligent Transportation Systems Implementation 6,3.3 - Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 - Intelligent Transportation Systems Software Development Group 7 - Traffic Operations Design 7-1 - Signing, Pavement Marking and Channellzation 7.2 - Lighting 7.3 - Signalizelion w-N W iifot.gur 268 269 NOTICE OF QUALIFICATIONS I FOOT NOTICE OF QUALIFICATIONS ( FOOT Group 10 - Construction Engineering Inspection 10.1 10.3 Group 11 - Roadway Construction Engineering Inspection - Construction Materials Inspection - Engineering Contract Administration and Management Group 13 - Planning 13.3 - Policy Planning 13.4 - Systems Planning 13.5 - SubarealCorridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics Group 15 - Landscape Architect Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until Jure 30. 2018 for contracting purposes. Facilities Home/Branch Field Capital Cost Overtime Office Office of Money Premium Direct Expense Overhead Rate 197.02% 177.37 % 0.499% Reimbursed 5.05% (Home). 6,46% (Field)` "Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Should you have any questions, please feel free to contact me by email at carliayn.kellcOOi dot.state,fl.us or by phone at 850-414-4597. Sincerely, .70 Carliayn Kell Professional Services Qualification Administrator FDOT Certifications Pre -Qualification Certification lu1r.,1„n 1,“, 4.11,Em1 FDOT Florida Depariarent of 7rainporlalion ,.J' Sinuu:lu,: Srili: I .,Ii. IJ3.iee FL 323.,4,4 September 21, 2016 Maria Vera. President MANUEL G. VERA & ASSOCIATES, INC. 13960 SW 47^ Street Miami, Florida 33175 Dear Ms, Vera. M.G. VERA & ASSOCIATES nu LNIXul.m ,1.1 111.4 11n The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your fiml for the following types of work Group 6 - Survey and Mapping 8.1- ControlSurveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Your overhead audit has been accepted. enabling your Gem 10 compete for Professional Services projects advertised at the unlimited level. with estimated tees of any dollar amount. This status shall be valyd until September 30 2017 for contracting purposes. Horne/Branch Q17Ce Indirect Cost 126.68°6 Facilities Capital Cost of Manev 6.374% Overtime Premium Reimbursed Direct Expense 22.32% (Home) Should you have any questions, please feel free to contact me by email at carliayn_ketl©dot. state.0 us or by phone at 850-414-4597, Sincerely, '/( Cadlayn Kell Professional Seances Qualification Administrator 270 271