Loading...
HomeMy WebLinkAboutBid ResponseBMITTAL FOR: 'BMITTE[7 BY: ERS DES GN STUDIO o posal Letter" Proposal "Narrative Q»ELF .ePrapaser's _`Qualifications . F oposeis's,Project Experience opaser's References Forms. ;FQ-Q = .Qt kifr titian `off Prgposer's c = inclu rp __Forms RFQ-WC) esurrie of "Key Person►ie eam O gcrr izattona`! Chart: Forms` _ .Resume'of TrciThc Engineer t. 1'3. RFQ-PR;-- Qualifications of Public Relatiorrs':Speciaiist' 14. RFQ-PR-R Public, Relations`Sp"ecialist • Reference Forms 15. Resume of Public Relations $peciaiisfi' 16.Forrn RFQ-WC - Workloaci;,Capaclty for, the,Proposer's currenf work toast '. RFC -© psi gr_Appxoach oni Protess't „Fier€cti nanny/tnnovcLtio }cat CCapab dales :and. ere Ico pose CURTES= 41 ROGERS i4ESfcN STUDIO, INC Request for Qualifications Proposal Cover Letter RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ No.: 16-17-006 Proposer (Legal Company Name): Curtis and Rogers Design Studio, Inc. Address: 7520 S. Red Road, Suite M Miami, FL 33143 Proposer's Internet Address: www.curtisrogers.com FEIN #: 65-0294753 State of Florida Corporation No.: S89127 State Incorporated/Organized.: Florida Proposer's Contact Person: Aida M. Curtis Title: President Telephone #: 305-793-8214 E_IVlail: aida@curtisrogers.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: Aida M. Curtis Title: President Signature: 0,:,c(cLiA Date: June 27, 2017 Form RFQ-PL Revised 7/25/2016 Request for Qualifications Proposal Narrative Form RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ Number: 16 006 Name of Proposer: Curtis + Rogers Design Studio, Inc. In the space provided below respond to the requirements for the Proposal Narrative specified in the RFQ. Curtis and Rogers was founded 26 years ago by Dick Rogers and Aida Curtis, former Principal and Associate from Sasaki Associates. The firm has flourished as a solely Landscape Architectural practice and has grown to a professional staff of 9 landscape architects, 3 of them are principals, and 5 are State of Florida Registered Landscape Architects. In addition, 3 are ISA Certified Arborists and 4 are LIAF Certified Landscape Inspectors. The firms work has been focused in Southeast Florida and has extensive local experience with streetscape projects for the City of Miami, Miami Dade County and the Florida Department of Transportation in addition to numerous park and streetscape work for other municipalities and counties. Current Streetscape work for the City of Miami includes: • Flagler Street Reconstruction • Coconut Grove Business Improvement District • 15th Avenue at 8th Street- Streetscape Improvement In addition we have recently completed a Street Tree Succession Plan for the City of Coral Gables (which we have submitted as an example of our similar work) and are working on two streetscape / landscape assignments for the State of Florida Department of Transportation which are located within the study area: • Eight and Seventh Street Development Study from 27th Avenue to Brickell • Landscape Plan for 1st Street and Flagler from 27th Avenue to 5th Avenue We are also currently preparing a Tree Mitigation Study for FPL for the Metrorail Right of Way along US 1 which is the southern limit of the Study Area. This recent and current work gives us an understanding of the diverse context of the study area and will allow us to move forward immediately and with an understanding of the regulatory requirements of the diverse jurisdictions and potential complimentary improvement projects. RFQ-N Request for Qualifications Proposal Narrative Form Please utilize the space below, as necessary. RFQ-N Request for Qualifications Qualifications of Proposer Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a Proposal as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a Response as non -responsive. RFQ No.: 16-17-006 RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Name of Proposer: Curtis & Rogers Design Studio, Inc. Primary Types of Services (residential, residential high-rise, mixed use, offices, park facilities, gov't offices, etc.): landscape architectural services, site design, plant evaluations, arborists, sustainable solutions Type of Firm: Corporation E LLC 0 Partnership Di Sole Proprietor Joint Venture 0 Other El Certified Small or Minority Owned Business: Yes I No Issued by (name): Miami -Dade County Type of Ownership Certification(s); Hispanic Woman owned Business Is this the Proposer's main office? Yes No 0 If No, main office location: Will Proposer rely on any other branch or subsidiary office to perform the work? Yes J No 0 If yes, location of these offices: Number of years in business under current name: 26 . 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: N/A 0 Private Sector: 82 Federal Gov't: 2 State/County/Municipal: $9 City of Miami: 11 Name of Projects: SW 1 sth Ave, Flagler Streetscape, NE 2nd Ave, Palm Grove Streetscape Coconut Grove Streetscape, Bryan Park, Gibson Park, Moore Park, Antonio Maceo Park, Coral Way Playground, West End Pk Residential/Residential High-rise: 17 Office: 13 Retail: 2 LEED or Green Globe Certified Projects: 52 Other (specify): Parks: 20 ; Transportation/Streetscape : 42; Institutional : 28; Educational: 31 Mixed Use: 9 Page 1 of 3 RFQ-QP Revised 8/5/2016 Number of Employees: 12 Licensed Architects: Licensed Engineers LEED-AP Professionals 3 Licensed General Contractors . Licensed Surveyors CTQP Licensed Inspectors . Other (list) 5 Licensed 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): Curtis + Rogers Design Studio, Inc. has never been involved in any claims, lawsuits and/or judgements against us. Brief History of the Firm (Please provide a brief history of the Proposer's. Firm): History and Background Curtis + Rogers Design Studio, is a minority owned company licensed in the State of Florida to provide landscape architectural services. The firm formed in 1991, by Aida M. Curtis and Richard H. Rogers, is well known throughout South Florida for providing, award - winning landscape architectural services. In 1999, Jean C. Lee, also a registered landscape architect, became a firm principal. The firm is a Hispanic -Female owned company, certified by numerous municipalities throughout the state. Curtis + Rogers is celebrating its 26rr' year in existence. Our principals' 100 years of combined experience with complex projects and the long-term relationships with our clients is testimony to our ability to create environments that engage the senses and lift the spirits while meeting the operational demands and functional realities of public projects. Our commitment to client service and excellence in design has led to numerous accolades including being honored as "Landscape Architects of the Year" in 2001 and 2009 by the Miami Chapter of the AIA. We have a staff of 12 professionals, including 5 registered landscape architects, and 3 LEED AP professionals, 3 certified Arborists, 4 Licensed Landscape Inspectors. Curtis + Rogers Design Studio has an internal mentoring program for all staff members. They are paired with seasoned professionals and mentored in all aspects of landscape architecture. In addition, educational support and encouragement is provided for professional growth. We are proud to have one of the lowest turnovers in the industry. Page 2 of 3 RFQ-QP Revised 8/5/2016 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 Aida M Curtis President/ Treasurer Title 63% Ownership Jean C. Lee Vice President/ Secretary 37% By signing below Proposer certifies that the information contained in Form RFQ-QP is accurate and correct. Proposer further certifies that it is aware that if the City determines that any of the information is incorrect or false the City may at its sole discretion reject the Proposal as non -responsive. By: (4. Signature of Authorized Officer Aida M. Curtis Printed Name June 27, 2017 Date President Title Page 3 of 3 RFQ-QP Revised 8/5/2016 Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposer's Proposal being rejected as non -responsive. Reference Form RFQ-PP-R must be completed for each Form RFQ-PP that is submitted. RFQ No.: RFQ RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Services Name of Proposer: Curtis & Rogers Design Studio, Inc Name of Project: Flagler Streetscape - Reconstruction Address of Project: Flagler Street between Biscayne Boulevard and NW Miami Ct. Name of Project Owner: City of Miami/ DDA Project Owner Contact Telephone No.: 305 416 1236 Project Owner Contact Name: Hector Badia CIP PM Project Owner Contact E-mail address: Hbadia@miamigov.com Brief Scope of Project and How Project is Similar (additional space provided): Urban streetscape design /master plan and construction documents for complete renovation of street. Inclusive of sustainable solutions to increase shade canopy and walking areas for pedestrians. Value of Contract (if applicable): Awarded: $ 13, 760,475 Basis for Difference in Value: Low bid by selected contractor Actual: $9,000,00o N/A Project Completion (no. of calendar days): Projected: 730 Project Geographical Location: D Urban n Rural Type of Project: Urban Streetscape By:�, C�Cz,tc�r. Actual: N/A N/A El 6/23/2017 Signature of Authorized Representative Date Aida M. Curtis President Printed Name Title Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below, as necessary. Flagler Street is lined with historic buildings, and was once the vibrant main street of Miami, FL. Curtis +Rogers' revitalization design plan reflects the rich history of the railroad's importance in the development of the city while widening the sidewalks and planting shade trees to create a more pedestrian -friendly retail destination. The groundbreaking design integrates innovative techniques in tree growth and stormwater management. Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposer's Proposal being rejected as non -responsive. Reference Form RFQ-PP-R must be completed for each Form RFQ-PP that is submitted. RFQ No.:16 17 006 RFQ Title: SW Streetscape and Street Tree Master Plan Services Name of Proposer: Curtis + Rogers Design Studio, Inc. Name of Project: Palm Grove Landscape Improvements Address of Project: NE 58th Street to NE 77th St and from Biscayne Boulevard to NE 4th Ct. Name of Project Owner: City of Miami Project Owner Contact Name: Keith Ng, CFM Project Owner Contact Telephone No.: 305 416 1298 Project Owner Contact E-mail address: keithng@miamigov.com Brief Scope of Project and How Project is Similar (additional space provided): Tree evaluations, removals and relocations, arborist report and new landscape plans for single family historic neighborhoods. Meetings with Stakeholders and presentations to Review Boards Value of Contract (if applicable): Awarded: $275,000 Actual: N/A El Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: N/A D Project Geographical Location: 0 Urban fl Rural Type of Project: Urban Streetscape By: 06/22/2017 Signature of Authorized Representative Date Aida M. Curtis President Printed Name Title Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below, as necessary. Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposer's Proposal being rejected as non -responsive. Reference Form RFQ-PP-R must be completed for each Form RFQ-PP that is submitted. RFQ No.:16-17-006 Name of Proposer: Curtis + Rogers Design Studio, Inc. Address of Project: City of Coral Gables - Citywide Name of Project Owner: City of Coral Gables RFQ Title: SW Streetscape and Street Tree Master Plan Services Name of Project: Coral Gables Tree Succession Project Owner Contact Telephone No.: 305 460-5130 Project Owner Contact Name: Brook Dannemiller Project Owner Contact E-mail address: bdannemiller@coralgables.com Brief Scope of Project and How Project is Similar (additional space provided): Complete analysis and mapping of all streets on residential ROW citiwide. Recommendations for removals, relocations and new plantings to ensure the dense canopy of the City is preserved. Overseeing implementation Value of Contract (if applicable): Awarded: $ 2,800,000 Actual: $ 3,200,000 N/A Basis for Difference in Value: Added scope to include larger plant material and additional streets Project Completion (no. of calendar days): Projected: 550 Project Geographical Location: DI Urban [3 Rural Type of Project: Street Tree Master Plan and Implementation By: Actual: 730 N/A 0 06/22/2017 Signature of Authorized Representative Date Aida M. Curtis President Printed Name Title Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below, as necessary. Curtis + Rogers was hired by the City of Coral Gables to develop a Tree Succession and Initiation Plan for the trees in single family residential areas. The Curtis + Rogers's team provided an evaluation of existing street trees, from visual/horticultural conditions. The trees where mapped, identified and conditions were added to them, and areas where trees were missing were identified as possible locations for tree replacements. Over 38,800 trees were evaluated. Curtis + Rogers attended community meetings to seek input and present preliminary findings. Ultimately the team created maps for street planting themes, and listed the trees needing immediate replacement, identified locations for new trees and recommended others for further evaluation in 5 years, Over 3000 trees are being replaced. This plan enabled the City to develop a program for systematic replacement of trees to ensure the longevity of the canopy — which characterizes the City Beautiful. Form RFQ-PP Revised 12/23/2016 ' ttp ofAin't To Whom It May Concern: Subject: Reference Letter for Proposer, as defined in RFQ No. 16-17-006. awing.: ectiotxto Name of Proposer: CURTIS + ROGERS DESIGN STUDIO ete Daniel J. Alfonso City Manager 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: City of Miami Miscellaneous Civil Engineering Services - Flagler Street Downtown Beautification 06'1rrg, tion Lo be or>3 Scope of Work for Referenced Project: Improvements and Beautification to Flagler Street in Downtown Miami Value of Project: $500,000, $10M in Construction Type of Project: Roadway Beautification and Drainage Improvements Project completed on time and within budget: Yes El No Project Duration: If no, was the Proposer at fault or contribute to the delay(s) or increased cost? Yes No Quality of Services: In Above Expectations Average Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) Did the Proposer provide Program Administration Services? El Yes 0 No 9 Limited Scope Did the Proposer provide Production Management Services? Yes E No El Limited Scope Did the Proposer provide Construction Administration Services? D Yes 0 No ❑ Limited Scope Was the Proposer responsive to the Owner? El Yes El No Was the Proposer timely in its reviews and submittals? El Yes El No What Specialty Services did the Proposer perform? Landscape and Hardscape Design Please type in the field below to provide comments (Please use the attached additional page, as necessary): Name of Project Owner: City of Miami Name of Project Owner's Representative: Hecter• dia Signature of Project Owner's Representatite: Title: Assistant Director OCI v Telephone: 305-416-1236 Date: 6/22/17 Sincerely, Annie Perez, CPPO Director Procurement Department E-mall: hbadia@miamigov.com RFQ-PP-R Revised 12/23/2016 (Cttp of $Itrmi Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Proposer, as defined in RFQ No. 16-17-006. e Foli wirig:Section to be,Completei Name of Proposer: Curtis + Rogers Design Studio, Inc. 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: Palm Grove Landscape Improvements FQiitownSection to r -fetes Scope of Work for Referenced Project: Landscape Improvements Project B-30630 Value of Project: $33,000.00 Type of Project: Landscape Improvements Project completed on time and within budget: 0 Yes 0 No Project Duration: If no, was the Proposer at fault or contribute to the delay(s) or increased cost? 0 Yes El No Quality of Services: El Above Expectations El Average J Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) Did the Proposer provide Program Administration Services? El Yes El No ® Limited Scope Did the Proposer provide Production Management Services? El Yes J No El Limited Scope Did the Proposer provide Construction Administration Services? 0 Yes El No ❑ Limited Scope Was the Proposer responsive to the Owner? Yes El No Was the Proposer timely in its reviews and submittals? ri Yes No What Specialty Services did the Proposer perform? Provide Design services, attended HEPB Meetings Please type in the field below to provide comments (Please use the attached additional page, as necessary): Name of Project Owner: City of Miami Name of Project Owner's Representative: Keith Ng, CFM Signature of Project Owner's Representative: Title: Project Manager Telephone: (305) 416-1298 Date: 6/22/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E mail: Keithng@miamigov.com RFQ-PP-R Revised 12/23/2016 May Concern: ubject: Reference Letter for Propos itj of Alinint ined in RFQ No.16.17.006. o,be Completed,by 1 e of Proposer: Curtis + Rogers Design Studio, Inc, heebove referenced Proposer is responding to a Request for Qualifications (RFQj 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 eny other pertinent information. Your insight is appreciated., ame of Project: Coral Gables Tree Succession Master Plan and Implementation Daniel J, Alfonso City Manager F'c;!1ctiris Scope of Work for Referenced Project: M Valueof Project $ 3,200,000 Tree Plantings - , Type of Project: Street Tree Planting for canopy succession ction; to,: ster Plan for Street Trees lmplemention Program Administration Project completed on time and within budget: Yes El No Project Duration: Z yeArs o-�aihri If no, wes the Proposer at fault or contribute to the delay(s) or increased cost? El Yes 0 No Quality of Services: D Above Expectations Average d Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) . . lid the Proposer provide program Administration Services? E. Yes No 0 Limited Scope Did the Proposer provide Production Management Services? d Yes hto © Limited Scope �- id the Proposer provide Construction Administration Services? Yes Q No ❑ Limited Scope e roposer resporis'rve to the Own Proposer timely in its reviews and sub Services 'did th_e,Proposer perform?,:Sa ry comma/I, �fa;sc y eld belowto provide comments (Please use the attached additional page, eot .Owner r` ect.flwner's Repre;tientatr�:��::�roo ._.-..... .5;_::... �y 4' - Mr} e ta�i e r" i?t's Re rsri o ect p_. Q+Rr'1�.yr"ti 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. RFQ No.: 16-17-006 RFQ Title: SW Streetscape and Street Tree Master Plan Services Name of Proposer: Curtis+Rogers Design Studio, Inc. Subconsultants/Subcontractors: Name of Firm Office Location: City/State Discipline(s) to be provided License No. LEED Certified Staff Local Office Landscape Architecture Brooklyn, NY Urban Design/ Sustainability N/A Yes l No 0 Esciences Inc. Miami, FL Environmental Specialist N/A Yes Ell No 0 BCC Engineering Miami, FL Traffic Engineering CA 7184 Yes D No MRG Palmetto Bay, FL Public Relations Specialist N/A Yes 0 No D Biscayne Engineering, Inc. Miami, FL Surveyor/ Mapper LB 129 Yes 0 No El Tom Graboski Associates, Inc. Coral Gables, FL Signage, Wayfinding, & Graphic Design N/A Yes El No El Lisa Hammer Miami, FL Horticulturist/ Arborist SO 0758 Yes 0 No Yes DI No Yes No El Yes 0 No Page 1 of 2 RFQ-QT Revised 7/29/2016 Request for Qualifications Qualifications of Proposer's Team Key Personnel Proposer should only include personnel who will play a key role in the project. Do not include support personnel for positions such as CADD Technicians, Intern or Associate level staff, and other similar support personnel. As stipulated in the RFQ, a resume is to be included for each of the Key Personnel. Name Role Name of Firm License No. Years Years LEED Experience with Firm Certified Aida M. Curtis Jennie Rogers Ruben Colon Walter Meyer Justin Freedman Project Manager Curtis + Rogers Design LA 0001330 34 26 Project Designer Curtis + Rogers Design LA 6667093 12 Landscape Designer Curtis + Rogers Design N/A 8 Urban Desiger Local Office Landscape anti N/A 19 Environmental Specialist Esciences N/A 10 Luis Rodriguez Senior Traffic Engineer Lorin Brissett BCC Engineering PE 63983 Senior Transportation Engia BCC Engineering Alicia Gonzalez Public Involvement Mike Bartholomew X Antonio Negrin Tom Graboski PE 56846 MRG Consulting N/A 12 3 11 15 16 11 21 2 24 18 Surveyor/ Mapper Biscayne Engineering LS 5666 31 Surveyor/ Mapper Biscayne Engineering LS 6987 22 Signage/ Wayfinding Tom Graboski Associates, N/A 31 Lisa Hammer Horticulturist/Arborist N/A SO 0758 38 Page 2 of 2 28 11 27 N/A Yes No 10 Yes rj No Yes Ell No Bj Yes No El Yes El No Yes Ej No 10 Yes D No Yes El No II Yes D No Yes No Yes ID No Yes ID No 10 Yes No RFQ-QT 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 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ No.: 16-17-006 Name of Key Personnel: Aida M. Curtis Title of Key Personnel (for this project): Managing Principal Project Manager Name of Project Owner of Project Value of Project Role in Project Status of Project Palm Grove City of Miami $250,000 Managing Principal P FPL - Solar Krome FPL N/A Managing Principal P FDOT - 7th/8th PDE FDOT - District 6 N/A Landscape Architect PD FPL - Coral Gables Tree Relocation FPL 525,000 Managing Principal CD FDOT- 826 Tree Relocation FDOT - District 6 N/A Managing Principal PD Availability based on % of time per month Month 1 40 Month 2 40 Month 3 50 Month 4 50 Month 5 50 Month 6 50 Month 7 60 Month 8 60 Month 9 60 Month 10 60 Month 11 b0 Month 12 80 Month 13 80 Month 14 80 Month 16 80 Month 15 80 Month 17 80 Month 18 80 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: City of Miami - SW Streetscape and Street Tree Master Plan Services RFQ No.: 16-17-006 Name of Key Personnel: Jennifer Rogers-Pomaville Title of Key Personnel (for this project) Landscape Architecture Name of Project Owner of Project Value of Project Role in Project Status of Project Ransom Everglades SAP Ransom Everglades N/A Project Manager P Link at Douglas Station Adler $400,000,000 Project Manager SD Flagler Streetscapes City of Miami 9,000,000 Project Manager CA Palmetto Sr. High School MDCPS 28,000,000 Project Manager CD Month 1 Month 4 Month 7 Month 10 Month 13 Month 16 Availability based on % of time per month 50 40 50 60 80 80 Month 2 Month 5 Month 8 Month 11 Month 14 Month 17 40 50 60 70 80 80 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 Month 6 Month 9 Month 12 Month 15 Month 18 50 50 60 80 80 80 Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Name of Key Personnel: Ruben Colon RFQ No.: 16-17-006 Title of Key Personnel (for this project) Landscape Support Name of Project Owner of Project Value of Project Role in Project Status of Project Coral Gables Tree Succession City of Coral Gables $ 3,200,000 Landscape Inspector CA Palm Grove Landscape Improvements City of Miami $ 275,000 Landscape Architect P FDOT Krome Avenue Improvements FDOT N/A Landscape Architect CD FPL Coconut Grove Injection Project FPL/ City of Coral Gables $ 500,000 Landscape Architect CA 2nd and 2nd Condominium Private $24,000,000 Landscape Architect Sd Availability based on % of time per month Month 1 50 Month 4 70 Month 7 80 Month 10 90 Month 2 50 Month 3 70 Month 5 8Q Month 6 80 Month 8 80 Month 9 80 Month 11 90 Month 12 9° Month 13 90 Month 14 90 Month 16 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 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 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: SW Streetscapes Name of Key Personnel: Walter Meyer Title of Key Personnel (for this project) Urban Designer RFQ No : 16-17-006 Name of Project Owner of Project Value of Project Role in Project Status of Project Doral Square Urban Design Guidelines Confidential Private Developer $128,480 Principal Urban Designer DD Coconut Grove Transit -Oriented Developmti Confidential Private Developer $193,000 Principal Urban Designer SD Science & resiliency Institute of Jamaica Bay City University of NY $77,800 Resilient Design Consul SD Arverne East Infrastructure Master Plan New York City Housing Planning it $28,000 Principal Urban Designer PD Long Beach Comprehensive Plan Update City of Long Beach, NY $60,000 Principal Urban Designer PC Availability based on % of time per month Month 1 10% Month 4 10% Month 7 10% Month 10 10% 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 10% Month 12 10% Month 14 10% 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 Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (90 days) following the RFQ due date. Of the RFQ is due in March, then Month 1 would be June). RFQ Title: SW STREETSCAPE AND STREET TREE MASTER PLAN SERVICES RFQ No.: 16-17-006 Name of Key Personnel: Justin Freedman Title of Key Personnel (for this project) Senior Scientist Name of Project Owner of Project Value of Project Role in Project Status of Project FDOT District 4 PD&E Contract FDOT District 4 continuing services Subconsultant PM ongoing FDOT District 4 ETDM Contract FDOT District 4 continuing services Subconsultant PM ongoing Okeechobee/Palmetto PD&E Study FDOT District 6 $85,000 (E Sciences feti Environmental Specialist Planning Miami Beach Tree Inventory Miami Beach $292,916 PM ongoing Mount Dora Tree Inventory Mount Dora $72,000 PM ongoing Availability based on % of time per month Month 1 30 Month 4 30 Month 7 30 Month 10 30 Month 2 30 Month 3 30 Month 5 30 Month 6 30 Month 8 30 Month 9 30 Month 11 30 Month 12 30 Month 13 30 Month 14 30 Month 16 30 Month 15 30 Month 17 30 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 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 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: SOUTHWEST (SW) STREETSCAPE AND STREET TREE MASTER PLAN SW RFQ No.: 16-17-006 Name of Key Personnel: Luis Rodriguez, PE 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 City of West Park Professional General Engirt( City of West Park $2 Million QA/QC DD Reconstruction of the NW 87th Avenue IntetI Miami -Dade Expressway Authorit $5.6 Million FOR for Traffic Control Pii DD Design Services for SR 823/Flamingo Road ft FDOT District 4 $852,930 Project Engineer DD Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Availability based on % of time Month 1 40% Month 4 50% Month 7 60% Month 10 75% Month 13 85% Month 16 90% Month 2 45% Month 5 55% Month 8 65% Month 11 80% Month 14 90% Month 17 90% P=Permitting CA=Construction Administration PC- Post Construction per month Month 3 48% Month 6 60% Month 9 70% Month 12 80% Month 15 90% Month 1890% Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: SOUTHWEST (SW) STREETSCAPE AND STREET TREE MASTER PLAN II RFQ No.: 16-17-006 Name of Key Personnel: Lorin Brissett, PE Title of Key Personnel (for this project) Senior Transportation Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project 1-195 from I-95/NW 12th Avenue to SR 907 /% FDOT District 6 $1.5 M Deputy Project Manager SD Status Abbreviations: PD= Pre -Design SD = Schematic Design DD = Design Development CD = Construction Documents Availability based on % of time Month 1 50% Month 4 65% Month 7 80% Month 10 90% Month 13 90% Month 16 90% Month 2 55% Month 5 70% Month 8 80% Month 11 90% Month 14 90% Month 17 90% P=Permitting CA=Construction Administration PC- Post Construction per month Month 3 60% Month 6 75% Month 9 85% Month 12 90% Month 15 90% Month 18 90% Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Southwest SW Streetscape and Street Tree Master Plan Service: RFQ No.: 16-17-006 Name of Key Personnel: Antonio Negrin, PSM Title of Key Personnel (for this project) Surveyor/Mapper Name of Project Owner of Project Value of Project Role in Project Status of Project Miami's Maintenance Operations Facilities City of Miami $33,374.00 Production Manager N / A Mini -Park Subdivision No. 1 and No. 2 City of Miami $53,249.30 Production Manager N / A Virginia Key Park MHW and Bnd Survey City of Miami $13,851.00 Production Manager N / A Availability based on % of time per month Month 1 30 Month 4 35 Month 7 35 Month 10 40 Month 13 45 Month 16 50 Month 2 30 Month 3 30 Month 5 35 Month 6 35 Month 8 40 Month 9 40 Month 11 45 Month 12 45 Month 14 50 Month 15 50 Month 17 50 Month 1850 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 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title:Southwest SW Streetscape and Street Tree Master Plan Services RFQ No.: 16-17-006 Name of Key Personnel: Mike Bartholomew, PSM Title of Key Personnel (for this project)• Surveyor/Mapper Name of Project Owner of Project Value of Project Role in Project Status of Project Miami's Maintenance Operations Facilities City of Miami $33,374.00 Project Manager N / A Mini -Park Subdivision No. 1 and No. 2 City of Miami $53,249.30 Project Manager N /A Virginia Key Park MHW and Bnd Survey City of Miami $13,851.00 Project Manager N / A Availability based on % of time per month Month 1 40 Month 4 45 Month 7 50 Month 10 55 Month 13 60 Month 16 60 Month 2 40 Month 3 45 Month 5 45 Month 6 50 Month 8 50 Month 9 55 Month 11 55 Month 12 60 Month 14 60 Month 15 60 Month 1760 Month 1860 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 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 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: SW Streetscape and Street Tree MP Services Name of Key Personnel: Alicia Gonzalez Title of Key Personnel (for this project)• Principal/Public Information Manager RFQ Na: 16-17-006 Name of Project Owner of Project Value of Project Role in Project Status of Project 1395 Reconstruction Projects FDOT D6 $2.83 Million Project Manager CD 54" Redundant Sewer Force Main City of Miami Beach TBD P1 Manager CD Flagler BRT PD&E Study FDOT D6 $230,000 (Fee) PI Manager PD City of Miami Beach Streetcar City of Miami Beach TBD PI Manager PD Availability based on % of time per month Month 1 70 Month 4 60 Month 7 60 Month 10 50 Month 2 70 Month 3 60 Month 5 60 Month 6 60 Month 8 60 Month 9 50 Month 11 5° Month 12 5° Month 13 5° Month 14 50 Month 16 50 Month 15 50 Month 17 40 Month 1840 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 7/29/2016 Request for Qualifications Qualifications of Proposer Team Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3`d month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Sw Streetscape and Street Tree Master Plan Services Name of Key Personnel: Lisa Hammer RFQ No.: 16-17-006 Title of Key Personnel (for this project) Horticulturist / Arborist Name of Project Owner of Project Value of Project Role in Project Status of Project Misc. Consulting various N/A Horticulturist PD Availability based on % of time per month Month 1 50% Month 2 50% Month 3 50% Month 4 60% Month 5 60% Month 6 60% Month 7 80% Month 8 80% Month 9 80% Month 10 80% Month 11 &0% Month 12 80% Month 13 80% Month 14 80% Month 15 80% Month 16 80% Month 17 80% Month 18 80% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFQ-WC 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 rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ No.: 16-17-006 Name of Key Personnel: Thomas W. Graboski Title of Key Personnel (for this project) Principal-in-Charge/Designer Name of Project Owner of Project Value of Project Role in Project Status of Project NCL N/B 5694 Asia Norwegian Cruise Lines $245,000.00 Proj. Managment CA NCL N/B S707 Bliss Norwegian Cruise Lines $188,300.00 Proj. Management CD Universal Studios, Project 711 AECOM (Client) $246,000.00 Proj. Mgr./Designer DD City of Coral Springs Consultation City of Coral Springs Hourly ongoing Proj. Mgr./Designer CA Availability based on % of time per month Month 1 30 Month 4 30 Month 7 30 Month 10 30 Month 13 30 Month 16 30 Month 2 30 Month 5 30 Month 8 30 Month 11 30 Month 14 30 Month 17 30 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 30 Month 6 30 Month 9 30 Month 12 30 Month 15 30 Month 18 30 Form RFQ-WC Revised 7/29/2016 Registered Landscape Architect in the State of Florida LA 0001330 Affiliations Member - The American Society of Landscape Architects International Society of Arboriculture Certified Arborist ASLA Certificate for Excellence in the Study of Landscape Architecture Education Texas A&M University Bachelor of Science in Landscape Architecture Employment 1991-Present Curtis + Rogers Design Studio Inc 1984-1991 Sasaki Associates 1983-1984 Henderson Rosenberg Scully P i n Ms. Curtis has over 29 years of experience on a variety of project types including park design, urban design and corporate/commercial design. Ms. Curtis' strong management and technical skills have produced many outstanding projects. She has worked on a number of multidisciplinary teams and has been responsible for producing complex bid packages. Ms. Curtis specializes in seeking consensus in complex multi -disciplinary projects. Through effective communication skills, Ms. Curtis navigates through complex issues, by illustrating alternatives and addressing specific issues with multiple interested parties. Her ability to present ideas, and analyze multiple solutions has been a key skill in achieving consensus. Her experience in public projects, has provided her with a depth of knowledge, and strategies, that can be utilized during Community Input and Public Involvement sessions. Ms. Curtis commitment to sustainability and improvement to the public realm is the hallmark of projects developed under her supervision. Her solutions are creative, practical and cost-effective. She prides herself in giving clients personalized attention and direct involvement in their projects. Her technical abilities, strategic decision - making and her continuing growth in current issues are assets to all the projects, the firm undertakes. Streetscape Transportation Experience Alton Road Median Enhancements; Miami Beach, Florida City of Miami Flagler Streetscape; Miami, Florida Coconut Grove Business Improvement District Enhancement; Coconut Grove, Florida Coral Gables Tree Succession Project; Coral Gables, FL FDOT-1595; Broward County, Florida FDOT- 826 Interchanges; Miami - Dade, FL FDOT SR 5 - US1 at Douglas; Miami, FL FDOT - SW 7th/8th Street PD&E; Miami, FL FDOT - West Flagler Street 27th - 14th Avenue; Miami, FL Fort Lauderdale Consolidated Car Rental Facility; Ft. Lauderdale/Hollywood Airport, Florida FDOT NW 57th Avenue Reconstruction Project; Miami, Florida FDOT SR 968 SW 1 Street; Miami, Florida MIC-Earlington Heights -Connector; Miami, Florida MIC-Central Station; Miami, Florida MDX - 836 Toll Plaza Improvements; Miami, Florida MDX - SR874 Improvements; Miami, Florida NE 2nd Avenue Streetscape; Miami, FL Palm Grove Neighborhood Streetscape; Miami, FL South Dade Busway - Miami -Dade Transit Authority; Miami -Dade County, Florida SW 15th Ave Streetscape - 8th & 7th Street; Miami, FL Civic Experience American Airlines Arena; Miami, FL Federal Office Building; Miramar, FL Fort Pierce Courthouse; Fort Pierce, Florida Ft. Lauderdale Int'I Airport -Consolidated Rental Car Facility; Hollywood, Florida Historic Overtown Streetscape-NW 3rd Ave; Miami, Florida Jackson Memorial Hospital South Campus; Miami, Florida Leon Medical Center -Midway Clinic, Flagler Street; Miami, Florida Link @ Douglas Station; Miami, FL Little Haiti Cultural Center; Miami, Florida Miami Intermodal Center; Miami, FL Miami River Greenway; Miami, Florida Normandy Isle Neighborhood Improvements; Miami Beach, Florida South Pointe Neighborhood Improvements; Miami Beach, Florida SW 15th Avenue Streetscape; Miami, FL U. S. Federal Courthouse; Miami, Florida US-1 Conceptual Enhancement Plan; Miami, Florida CURTIS ..1.. ROGER: E)ES'GN STUDIO. INC Registered Landscape Architect in the State of Florida LA 6667093 ffi iaiiis?1"1 Member -The American Society of Landscape Architects International Society of Arboriculture Certified Arborist t: a ds FLASLA Certificate of Honor Nationally Certified Art Teacher; Florida Education Florida International University Master of Landscape Architecture Master of Art Education Skidmore College Bachelor of Science in Studio Art 2005 — Present Curtis + Rogers Design Studio, Inc. 1992-2005 Miami -Dade Public Schools Miami Edison High School Art Teacher rt 0 d5cap h+r `('1 ct Ms. Rogers earned her Master's Degree in Landscape Architecture, following a notable career as a Nationally Certified fine arts teacher of 16 years, and has been managing projects at C +R for over 10 years. Ms. Rogers has worked on many projects types such as parks/ recreation, transportation, civic, educational and commercial and residential. Ms Rogers has also been an adjunct professor at FIU college of Architecture. Since joining the C + R family, Ms. Rogers has served in all areas of work from design to construction administrator for multiple high -profile projects. Contributing her expertise in habitat and urban design as a Registered Landscape Architect, an ISA Certified Arborist and extensive experience with LEED. Str,etscap°.' + ran^portation City of Coral Gables - Ponce de Leon Streetscape - North Ponce; Coral Gables, FL City of Miami Flager Streetscape; Miami, Florida City of Miami NE 39th Street Improvements; Miami, Florida Coconut Grove Streetscapes; Miami, Florida Commodore Trail Pedestrian & Bicycle Bridge; Coral Gables, Florida Design District Streetscape; Miami, Florida FDOT- HEFT Widening - Eureka to Killian; Miami, Florida FDOT- Hollywood Gardens Sidewalk Project; Hollywood Gardens, FL FDOT- SR5 - Overseas Highway; Islamorada, FL FDOT - SW 1st Street - Flagler to 5th Avenue; Miami, FL FDOT - US1 - 37th Avenue to Ponce; Miami, FL FDOT-1-595; Broward County, Florida Martin Luther King Jr Boulevard Street Enhancement; Miami, Florida NW 12 Street Linear Park; Miami, Florida NW 3rd Avenue Street Improvement; Miami, Florida C 1'•JIC ExperI 's1Ci Aventura Arts & Curltural Center; Aventura, Florida Broward County Courthouse; Fort Lauderdale, Florida Broward Children's Reading Center + Museum; Davie Florida Broward Health Coral Springs Expansion; Coral Springs, FL City of Homestead Police Facility; Homestead, FL Doral Police Substation; Doral, FL FIU Parking Garages 5 & 6, Miami, Florida Ft. Lauderdale/Hollywood International Airport Terminal 1; Ft. Lauderdale, Florida Frost School of Music; Coral Gables, Florida GSA -FBI Federal office Building; Miramar, Florida Jackson Memorial Hospital South Expansion; Miami, Florida Link @ Douglas Station; Miami, FL Little Haiti Cultural Center; Miami, Florida Miami Dade Mental Health Diversion Facility; Miami, FL Pembroke Pines Civic Center; Pembroke Pines, FL Pinecrest Community Center Expansion; Pinecrest, FL Pompano Beach Library, Pompano Beach, Florida Seventh Avenue Transit Village; Miami, FL South -Dade Water Reclamation Plant; Miami, Florida Park Experience Bayfront Park Capital Improvement Plan; Miami, Florida Camp Matecumbe Park; Miami -Dade, Florida Foster Park; Hallandale Beach, FL Gibson Park; Miami, Florida Melreese Golf Melreese Golf Course Clubhouse and Restaurant; Miami, Florida The Modern Dog Park; Miami, FL C URTIS -f. OGERS ?.::SIGN c: _ INC Education Florida International University Master of Landscape Architecture Florida International University Bachelor of Arts in Architecture sent 2014-Present Landscape Designer Curtis + Rogers Design Studio Inc. 2012...2014 Freelance Landscape Designer San Juan, Puerto Rico 201 1-2012 FEMA- Region II -Project Specialist Guaynabo, Puerto Rico 2089-2011 Freelance Landscape Designer San Juan, Puerto Rico l i C ()Ion cape. Des Mr. Colon is a highly organized and detail oriented landscape designer. His depth of experience in the development and implementation of construction documents contributes to his ability to expedite projects of varying complexity and budgets. He is proficient in Autocad, Adobe Photoshop, Sketch -up, as well as having excellent hand drawing and sketching skills. He is an outstanding project manager and is extremely efficient working with multidisciplinary teams. S:''e.,Cape ti -I- Transportation Li.),:^(i�'C1i_..SW 15th Ave Streetscape - 8th & 7th Street; Miami, FL Coral Gables Tree Succession; Coral Gables, FL FDOT- SW 1st Street between Flagler and 5th Ave, Miami, Florida FDOT Krome Avenue; Homestead, FL FPL Coconut Grove Injection; Coral Gables, FL FDOT — Flagler Street between SW 27th Ave and SW 14th Ave, Miami, FL NE 2nd Ave Streetscape; Miami, FL Palm Grove Neighborhood Streetscape; Miami, FL Civic Experience e Arcola Police Station; Miami, Florida Broward College Parking Garage; Davie, Florida Broward Fire Station 49; Broward County, Florida Doral Police Substation; Doral, FL Hialeah Garage; Hialeah, Florida MD Mental Health; Miami, FL Miami Children's Museum; Miami, Florida Miami Dade College North Campus; Miami, FL Miami Dade Children's Courthouse; Miami, Florida Miami Dade College Parking Garage Plaza; Miami, Florida Miami Gardens Community Center; Miami Gardens, Florida Miami International Airport; Miami, Florida South Dade Cultural Center; Miami -Dade County, Florida St. Stevens Church; Miami, Florida Packs Experience Antonia Maceo Park; Miami, FL Bryan Park; Miami, FL Cuban Museum; Miami, Florida FPL Krome Solar Farm; Homestead, FL Hialeah Cultural Park; Hialeah, FL Samson Oceanfront Park; Sunny Isles, Florida Commercial/ Residential xder'ien , 1030 15th Street; Miami Beach, FL 2nd & 2nd; Miami, FL 1S ROGERS -TUDIO, INC LOCALOFFICE LANDSCAPE & URBAN DESIGN WALTER MEYER, LEED-AP FOUNDING PRINCIPAL Walter founded Local Office Landscape and Urban Design with Jennifer Bolstad in 2006. Their work includes the Parque del Litoral, in Mayaguez, Puerto Rico, site of the 2010 Central American Games. This project won the 2010 AIA Honor award in Puerto Rico; it is the first implementation of phytoremediation technology at the scale of an entire city. Walter was recognized in Washington DC by the Congressional Hispanic Caucus for "leadership and innovation in the green economy". Walter has taught at the Graduate School of Ar- chitecture, Planning and Preservation at Columbia University, the Pratt Institute, and Parsons The New School for Design. After Hurri- cane Sandy, the firm partners started `Power Rockaways Resilience,' a non-profit dedicated to fundraising and delivery of solar generators to volunteer centers throughout the coastal Rockaway peninsula in Queens, NY. Currently, Local Office is advising the National Parks Service, the New York City Department of Parks and Recreation, and the Army Corps of Engineers on coastal resiliency in New York. education Master in Landscape Architecture and Urban Design, 2003 Harvard University Graduate School of Design, Cambridge, MA Bachelor of Landscape Architecture, 1998 College of Architecture, University of Florida, Gainesville, FL experience and selected projects Part-time Lecturer, 2014 to present, The School of Constructed Environments, Parsons/New School for Design, New York, NY Visiting Assistant Professor, 2013 to 2014, Resiliency Adaptation Mitigation and Planning (RAMP) Program, Pratt Institute, Brooklyn, NY Adjunct Assistant Professor, 2013-2014, Columbia University Graduate School of Architecture, Planning and Preservation Founding Principal, August 2006 to present Local Office Landscape and Urban Design, Brooklyn, NY Miracle Mile Streetscape, Coral Gables, Florida West Village Houses Site and Landscape Master Plan, New York, New York Arverne East Urban Design and Infrastructure Plan, Arverne, New York Miami Grand Central Park, Miami, Florida Doral Park Pavilion, Doral, Florida Urban Designer, January 2004 to July 2009 Cooper, Robertson and Partners, New York, NY Tuxedo Park Master Plan and Ecological Plan, Tuxedo, NY The Islands Club Resort Master Plan and Ecological Plan, Antigua, West Indies Harvard Allston Campus Master Plan, Cambridge, MA Miami Museum Park, Miami, FL Landscape Designer, August 1998 to August 2001 Wallace Roberts & Todd, Miami, FL Gaines Street Urban Design Guidelines, Tallahassee, FL Georgia Tech Campus Master Plan, Atlanta, GA Florida Keys Carrying Capacity Study, FL Streetscape and Beachfront Boulevard, Ocean City, MD selected lectures, publications and awards "Resiliency for the City and the Sea," Topos: International Review of Landscape Architecture and Urban Design 87, 2014 Solar Consultant, 'Your waste of time,' by Olafur Eliassion, MoMA/PS 1 Expo 1, May 2013 "Community and Coastal Resiliency," MoMA/PS 1 VW Dome 2, May 2013 White House Hurricane Sandy `Champion of Change' Award, April 2013 `Creating Resilient Cities' (GSD 5342) Workshop, Harvard Graduate School of Design, February 2013 2010 AIA Puerto Rico Honor Award, Parque del Litoral, Mayaguez, PR 2010 Cemex Award for Sustainable Infrastructure, Parque del Litoral, Mayaguez, PR 2010 Washington DC Congressional Recognition for `Leadership and Innovation in the Green Economy' "Sustainability and Ecology: Sand dunes, beach mice, turtles and a coastal community," Columbia University GSAPP, April, 2009 2008 NYASLA Merit Award, Garden between City and Sea, Arverne, NY Meyer, Walter. "Supernatural Urbanists". Cambridge: Harvard, 2003 Meyer, Walter. "Planning in Paradise: Urban Redevelopment Honolulu Hawaii". Cambridge: Harvard, 2003 TEAM RESUMES 2 ENGINEERING ciences ENVRONMENTAL ECOLOGiCAL Justin Freedman, MS Senior Scientist Mr. Freedman is an experienced environmental professional serving public and private clients throughout the State of Florida. He specializes in environmental review of transportation related projects through all phases of the project (planning, design, permitting, construction and post -construction monitoring) Mr. Freedman has conducted NPDES and permit compliance inspections of FDOT assets, and mitigation and maintenance monitoring for dozens of FDOT constructed sites. He has assisted with the permitting of numerous FDOT projects and has written more than 100 NEPA memos for minor transportation projects and technical documents for PD&E Studies and Reevaluations. Mr. Freedman is also an advanced diver with extensive experience conducting benthic resource surveys. Mr. Freedman also specializes in municipal consulting and has provided plan review, landscape inspection, environmental assessments, expert witness, permitting, ordinance development, street tree inventory, canopy assessments, carbon sequestration analysis and wildlife permitting services to municipalities throughout south Florida. He has also conducted numerous studies related to climate change and sea level rise and was involved with the preparation of the Broward County Climate Change Action Plan. Project Experience City of Mount Dora Tree Inventory, Lake County, Florida — E Sciences conducted a street, park and right-of-way tree inventory for the City of Mount Dora. The City was most interested in minimizing risk while preserving the city's historic downtown tree canopy. Mr. Freedman was the project manager for this project. ucation M.S., Nova Southeastern University, 2010 B A., Biology, Tufts University, 'f 997, = Professional Licenses f Certlfcata Certified Arborist, EL 5488A Tree Risk Assessment Qualification (ISA} FDEP Certified Erosionand Sediment Control Inspector and Instructor Certified Manatee Observer PADI Advanced Open Water, Enriched Air Certified Diver Certified Landscape Inspector Certified Green Industries Best Management Practices Tnstructar Certified in Advanced Maintenance of ' Traffic • - Years. of Experience 14 City of Miami Beach Street Tree Inventory, Miami -Dade County, Florida — Mr. Freedman managed six phases of street tree inventory/health assessment for the City of Miami Beach; to date more than 30,000 trees to date. The assessments include health and structure evaluations, identification of utility conflicts, pruning recommendations, and general risk evaluations. The resulting GPS data will be used to generate a GIS tree database which the City can then use as a tool for managing urban forest resources in this particular community. The results of this analysis may then be used to develop the framework for a City-wide GIS tree database. Mr. Voelker performed the entire GPS inventory and created the resulting GIS tree database. Town -Wide GPS Tree Inventory and Canopy Analysis, Town of Surfside, Miami -Dade County, Florida — The Town of Surfside wanted to collect data on its urban tree canopy, including trees managed by the Town and private trees. They engaged E Sciences to conduct a GPS-based inventory of trees and palms within Town right-of-way tree, including street and municipal property trees and palms. This phase of the project identified 2,500 trees. To assess the Town's entire canopy, including private trees and palms, E Sciences utilized the i-Tree Canopy software to analyze the Town's canopy coverage and the environmental services provided by the Town's trees. Mr. Freedman served as project manager for this project. Venetian Islands Infrastructure Improvement Arborist Services, City of Miami Beach, Miami -Dade County, Florida — Mr, Freedman was project manager for the arborist services conducted on this infrastructure improvement project. The project consisted of reviewing an existing tree survey and proposed infrastructure plans to identify potential conflicts between existing trees and proposed infrastructure. E Sciences performed field visits to identify and mark potential conflict trees. The field visits involved coordination with the contractor to determine the limits of construction and verify if particular trees would be impacted based upon proposed construction methods. Pending these field visits, E Sciences generated a tree conflict plan to assist the design consultant to incorporate these considerations. Justin Freedman, MS Page 2 Shenandoah Community, Design -Build for Water Main Conversions, Miami -Dade Water and Sewer Department, Miami -Dade County, Florida — Mr. Freedman provided project management and technical oversight on the arborist services conducted for this project. This project included conducting an arborist assessment of existing trees in potential conflict with proposed water main and service line replacements. This assessment included extensive coordination with the design engineer to identify measures to avoid and minimize tree impacts. The arborist assessment was completed in support of a tree removal permit application prepared and submitted to the City by E Sciences. City of Tampa Continuing Arborist Services, Hillsborough County, Florida — Mr. Freedman serves as an arborist and urban forestry consultant for the City of Tampa. Projects have included: Bayshore Boulevard Arborist Assessment: E Sciences assessed trees within the Bayshore Boulevard right-of-way proposed to be impacted by bike lane construction and an assessment of trees on the Hillsborough Canal Bridge. Work included preparing an assessment report, reviewing plans and coordinating with City and design consultants on designs to minimize impacts to large, historic oak trees within the median. Hillsborough Dam Arborist Assessment: E Sciences assessed mature ten oak trees growing on the embankment dam on the Hillsborough River. Bayshore Beautiful Neighborhood Arborist Assessment: The City of Tampa proposes to improve pavement conditions within the Bayshore Beautiful neighborhood. There is concern that the work will impacts mature oak trees that the neighborhood values. E Sciences assessed these trees and recommended protection measures to minimize impacts to these trees. Street Tree Inventory, City of Coconut Creek, Broward County, Florida — E Sciences conducted a street tree inventory for the City of Coconut Creek. Work included inventorying approximately 10,000 trees within the City's communities. Mr. Freedman served as project manager for this project. Village -wide Tree inventory, Village of Palmetto Bay, Miami -Dade County, Florida — E Sciences conducted a street tree inventory for the Village of Palmetto Bay. Work included inventorying approximately trees along the City's roadways, parks and municipal buildings communities, which included approximately 35,000 trees. Mr. Freedman served as project manager for this project. Tree Inventory and Management Plan, City of Lake Worth, Palm Beach County, Florida — E Sciences conducted a street tree inventory for the City of Lake Work and developed an urban forest management plan. Work included inventorying approximately 8,000 trees within the City's roadways and parks and conducting canopy assessments for three different years. Mr, Freedman served as project manager for this project. City of Key West City Hall Arborist Assessment, City of Key West, Monroe County,' Florida — The City of Key West is relocating its City Hall facilities to the site of the former Glynn Archer Elementary School at 1300 White Street. In support of landscape and architectural design efforts, Mr, Freedman conducted an assessment of the approximately 65 trees at the site. The purpose was to assess the health and condition of the trees at the site, and to provide recommendations for preservation, transplantation and/or removal and replacement associated with the new design and in accordance with the City's municipal code, FDOT Statewide Arborist Services, Florida — Mr. Freedman conducted review of vegetation management plans and applications for vegetation removal associated with billboards along state roads, including review of illegal cutting activities. Citywide Arborist Services, City of Dania Beach, Broward County, Florida (2010) — Work for this project was performed under a continuing services contract and involves serving as the City Arborist for Dania Beach, Activities included reviewing tree removal license applications including coordinating license requirements with citizens and approving removal applications. Other tasks included reviewing landscape plans submitted as part of Site Development Plans submitted to the City for proposed developments. Canopy / Carbon Sequestration Analysis, Keep Manatee Beautiful, Manatee County, Florida — Mr. Freedman performed land cover analysis of Manatee County for two different study years, comparing canopy cover and quantifying the environmental benefits performed by the canopy for each of the County's municipalities and its unincorporated areas. Justin Freedman, MS Page 3 Urban Forest Canopy and Vegetation Analysis, South Florida Audubon Society, Town of Davie, Broward County, Florida — For this project, Mr. Freedman designed and managed a town -wide vegetation sampling project to analyze the extent and structure of the town's urban forest canopy. Services included randomly generating sample plots, coordinating site access, managing field data collection and data entry, analysis of data and reporting. This project also included quantifying the environmental benefits services being provided by the Town's urban forest canopy and design of signage placed at Town Hall that educates residents on the value of the services being provided by the Town's trees. Canopy Analysis, City of Miami Beach, Miami -Dade County, Florida (2014) — Mr. Freedman served as the project manager for this canopy analysis project for the City of Miami Beach. Using i-Tree Canopy, he and his team estimated the canopy coverage for the City's urban forest, as well as percentage of available space remaining within the City for additional tree planting. Mr. Freedman developed a one -page brochure for public education documenting the information from the study. Street Tree Inventory, City of Miami Beach, Miami -Dade County, Florida (2013) — Mr. Freedman served as the project manager for two phases of street tree inventory for the City of Miami Beach. The two phases encompassed the Normandy Shores and Normandy Isles neighborhoods. Arborist Assessment, Venetian Islands, Miami Beach, Miami -Dade County, Florida — Mr. Freedman served as the project manager for this contract, which consisted of identifying and marking trees that would be required to be removed in association with an infrastructure improvement project on San Marino, Di Lido and Rivo Alto Islands. Work included review of proposed plans, field assessment and coordination with the design and City staff. Municipal Tree Inventory, City of Doral, Miami -Dade County, Florida - Mr. Freedman conducted a tree inventory for two City parks — Doral Meadows and Morgan -Levy - locating trees using sub -meter GPS. He prepared GIS-based maps depicting the locations of the trees over aerial photographs. Cypress Bend IV Code Violation Settlement, City of Pompano Beach, Broward County, Florida — For this project, Mr. Freedman provided arboricultural expertise for the negotiating of a code violation settlement on behalf of a Pompano Beach homeowner association. Activities included evaluating trees and palms, preparation of exhibits for the hearing, negotiating with the City arborist and preparation of a favorable settlement offer for the client, Code Compliance / Expert Witness Support, City of Dania Beach, Broward County, Florida — Mr. Freedman provided expert services to the City's Code Enforcement and Legal departments. Work included inspecting tree -related code compliance cases in the field, preparing or evaluating tree appraisals, preparation of technical reports and expert witness testimony services. Street Tree Inventory, City of West Palm Beach, Palm Beach County, Florida — Mr, Freedman managed this Florida Department of Forestry Urban and Community Forestry Grant funded street tree inventory. Over 19,000 tree and planting space locations were collected and delivered to the client as an ArcGIS shape file. Activities included supervising field staff, field data collection, data quality verification, map preparation, preparation of Urban Forestry management plan, training for client contact on use of GPS data collector and ArcGIS, and training for client and urban forestry staff on use of inventory for managing work flow. Forest Ridge Master Owners' Association Arboriculture! Consulting Project, Town of Davie, Broward County, Florida — For this multi -year project, Mr. Freedman developed the annual maintenance program for street trees and palms maintained by homeowner association. Activities included supervision of field staff, GPS data collection, ArcGIS mapping, analysis of tree and palm health and condition and preparation of maintenance specifications for arboricultural work. Other work included recommending trees for under power lines and presentation of work products at Board meeting. COS Luis Rodriguez, PE Senior Traffic Engineer Mr, Rodriguez is a Senior Highway/Traffic Engineer with BCC and has extensive experience in highway, transportation and civil engineering design projects. He provides guidance and direction to the highway team and provides leadership to challenges encountered in engineering analysis and design. He is responsible for developing roadway plans and the coordination of transportation engineering projects, including providing field support, preparing engineering calculations, developing specifications, reports, preparing schedules and cost estimates. His experience also includes continuous coordination with the client/owner, subconsultants, contractors and permitting agencies from the onset of a project through its completion. Project Experience NW 102 Avenue Improvements; Doral, FL; Client: City of Doral; Reference: Jorge A. Gomez, PE, (305) 593-6740; jorge.gomez@cityofdoral.com; Length: 0.5 mile; Project Duration: 2016 — Project encompasses the design of roadway improvements to NVV 102nd Avenue from NW 66th Street to NW 74th Street. Currently NW 102nd Avenue within the project limits is a dirt road. The construction plans will provide a three -lane typical section with the 50 feet of currently available Right - of -Way. In order to construct the proposed improvements, Miami -Dade County will dedicate land from the adjacent parcels. Because the project is adjacent to the Miami -Dade Resources Recovery Facility landfill, an Environmental Site Assessment (ESA) will be required. Project Role: QAIQC. City of West Park Professional General Engineering and Architectural Services; West Park, FL; Client: City of West Park; Reference: Carol M. Aubrun, (954) 989-2688 ext. 211; CAubrun@CityofWestPark.org; Project Duration: 2014 to 2017 — Scope of services include roadway engineering, drainage design, civil engineering, traffic engineering, environmental engineering and architectural services. • Task Order No. 1: SW 40th Avenue (Barack Obama Boulevard) Neighborhood Improvement Project; West Park, FL; Project Duration: 2015 to 2016 — Project involves shoulder widening in order to introduce bicycle lanes along SW 40th Avenue, as well as, the implementation of several traffic calming features such as speed humps, raised intersections, textured pavement, and a roundabout per the City of West Park's overall master plan. This project also includes the construction of additional exfiltration trench in order to mitigate the additional impervious area created by the proposed roadway improvements, new signs and pavement markings, and the installation of supplementary pedestrian lighting. Such efforts will require the preparation of construction documents (calculations, plans and specifications) for permitting and bidding purposes. Project Role: QAIQC. Flagler Street Downtown Beautification — Civil Engineering Services for Roadway, Parking, and Pedestrian Accommodations (RFQ No. 06-07-039); Miami, FL; Client: City of Miami Department of Capital improvements Program; Reference: Hector Badia, (305) 416-1236; HBadia@miamigov.com; Project Duration: 2011 to 2016 — The project involves full roadway reconstruction, sidewalk widening, provision of valet parking system, reconfiguration of on -street parking and coordination with the landscape architect to propose trees in a corridor saturated by underground utilities designed and permitted for relocation. The purpose for this project is to make Flagler Street a more pedestrian -friendly roadway where the street can be closed for events creating a street plaza environment. In addition, several traffic calming measures were introduced including narrowing the travel lanes, decorative high -visibility pedestrian cross walks, and decorative street furniture. The project also included the provision of new hardscape patterns, street lighting design and the drainage re -design of the drainage system to provide a 100-year service life operation. In addition, this project includes extensive utility coordination and the new design of the water distribution line and two sanitary sewer gravity lines. Extensive coordination with permitting authorities, Miami -Parking Authority, and Miami Downtown Development Agency (DDA). Project Role: Project Manager and Engineer -of -Record. Biscayne Island Drainage Improvements — Civil Engineering Services for Roadway Projects (RFQ No. 06-07-039); Miami, FL; Client: City of Miami; Reference: Jose L. Lago, PE, (305) 416-1252; jlago@miamigov.com; Project Duration: 2009 to 2014 — The project involved the drainage analysis and re -design of the drainage system to resolve flooding issues associated with the Island. The drainage design included drainage calculations, hydrologic/hydraulic modeling and development of the drainage design plans. The analysis consisted of performing hydraulic calculations for different alternatives for the existing conditions and post conditions using AdICPR; water quality and water quantity permitting calculations; and pre -development and post -development drainage modeling. In addition, included extensive coordination and permitting with Miami -Dade County Department of Regulatory and Economic Resources (RER) and field investigations to WorkHistor: BCC Engineering, Inc. (Miarrii) 2006 - Present`, GannettF'feming, leona 20Ot 2006 Educat on University of Miami BS in Civil Engineering, 1999 it iversidad=de OsAndes oYambia Career tihtights Successfully,' Comp(eted�`; I4nda Advance Training (MOTd; EQ(IT Specifications Package;;: Preparation > rainin Registration: Professi©nat Engineerr K; Ienda Na 63983, 200 Luis Rodriguez, �� "". 2 Senior Traffic EngiOele[ identify existing conditions ard topographic surveys provided. Project Role: Project !nee r-of-Record responsible for the design of the drainage system and overseeing the plans development for this project. City ofDnm/Continuing Services Contract — Section 7 Area Traffic Calming Study; Doral, FL; Client: City of Doral; Reference: Jorge Gomez, PE. (305) 583'6740| 'oq]o.8omaz@o|h/ofdoro|.00m; Project Duration: 2014tn 201S—BCC Enginoohng, performed atraffio calming study for Section 7within the City ofDnna|which isbounded bvNVV74thStreet nnthe south, NVVA0thStreet nnthe north, NVV117th Avenue on the west and NW 107th Avenue on the *acL The purpose of this study was to identify those |ncmbono within the study area that were in need of traffic calming measures. BCC defined the jurisdictional boundaries for the roadways to be studied, prioritized traffic calming locations and developed alternative improvement strategies based on the traffic calming needs identified. As part of this effort, BCC engaged in extensive stakeholder outreach through community meetings and coordination with local agencies. ProjectRn|e:Project Manager, City ofDom| Continuing Sen/|oeo Controut—C|ty ofDom| Pilot Bike Share Program; Doro|, FL; Client: City ofDoro|| Reference: Jorge Gomez, PE, (3U5)593-8740; jnr0o.0omoz@udxofdom|.cnm;Project DuoUon:2016—BCCEnginoering.|no.mznductedoutudyon behalf of the City of Doral to support a Bicycle Share Pilot Program. The proposed pilot program consisted of 100 bicycles, five majorporNng staUonx, five minor parking stations with a total of approximately 150 docking points. As port of the pilot pmgram, o marketing/advertising campaign was considered as well as the potential for sponsorship opportunities. The City identified opotential vendor bopartner with them in this venture that would provide flexibility of use, low maintenance costs and maximum ridership. The type of system that was contemplated for the program included e|nctronioGPS advance communications on the bicycle with docking stations or"hubs''that would function as safe locking receptacles for the bikes. Project Rn|o:Oua|ityAssunsnueOffioo/. District -wide Project Development and Environment (PD&Band Traffic Consultant Services (FM No. 290822'2'22'02,25O822'3'22' 01.252058-1,A1-02;ConhaotC8P71)|Miumi-DodeCnunty.FL;QiontFDOTOio\huL8;Rofemnoo:(fumoorFDOTPM)JnrgeGomez, PE (now at City of OomU. (305) 593-6740; 'orge.gomez@oitvuf om|.com; Design Foou (BCC): $1.5 million; Length: varies; Project Study Duration: 2007 to 2010 — Various assignments completed: 1) SR 50S 1 from north of Jo -Jean Way to south of Camelot Drive Gooping Report, Monroe County, FL; 2\ SR 5/US 1 from South End of Tavernier Creek Bridge to North ofJ*Jean Way 800ping Report' Monroe County, FL; 3) SR 7/NW 7th Avenue from NW 6th Street to NW 32nd Street Scoping Report, Miami Dade County, FL; 4) SIR 860/NW 183nj Street from GR 823 (NVV57th Avenue) to GR 847 (NW 47th Avenue) Gooping Repnrt, Miami Dade Cnunty, FL; 5>Turbn bsno Operation at State Roads for T-Intersections, Miami Dade County, FL; 6) Golden Glades Interchange Traffic Study, Miami -Dade County, FL. Project Role: Project Manager/Engineer-of-Record responsible for contract mona0ement, contract administration' and miscellaneous assignments. San Marco Island Drainage Improvements — Civil Engineering Services for Roadway Projects (RRJ No. 06-07-039); Mimni, FL; Client: City of Miami; Reference: Jose L. Lago PE C0B418'1252; ' | ProjectDuration: 2008 to 2O14—Pmeo involved the drainage anu�a� and re -design n of the drainage system to resolve flooding issues associated with the Island, The drainage design included drainage calculations, hydrologic/hydraulic modeling and development of the drainage desinobrm.Theanukmisounsistednf performing hydraulic om|ou|otiona for different alternatives for the existing conditions and post conditions using AD|CPR; water quality and water quantity permitting calculations; and pre -development and post -development drainage modeling. In addition, extensive coordination and permitting with Miami -Dade County Department of Environmental Resources Management (DERM) and field investigations were performed to identify existing conditions and topographic Surveys provided. Project Ro|e:P ject ManaQor/Enginoopof-Reoordresponsible for the design of the drainage system and overseeing the plans development for this project. NVV27thAvenue Traffic Study; Miami^DadoCnunty. FL; Client: Miami -Dade Expressway Authority (MD%); Reference: Juan Toledo, PE, (3U5)637`3277.ext. 2115; 'toledodDmdxway.00m; Longth:n/o; Project Duration: 2010 — PjeotcnnsioUydoftnsfficdatann||ectinn and analysis of the traffic operations along SIR 836 and NW 27th Avenue in the vicinity of the EB exit ramp to Southbound NW 27th Avenue. Engineering services included data collection and signal timing analysis to develop and provide alternative recommendations to alleviate traffic congestion along EBSR83Oatthe SouthboUndNVV27thAvenue nff-mmp.Project Ro|e:P jentMenager/Enginoer-of-Roonrdnssponoib|efor modeling and analyzing traffic operations to develop the traffic recommendations as a result of the study conducted, OVV15Ave Improvements; Capital Improvements and Transportation Program Continuing Services Contract; Miomi'DedoCounty. FL; Client: City of Miami; Rnhamnoo: |vo|iuoo Rodriguez, (305)4184238; ivo|ioanrndri8uoz6Dmiomi8ov.num| Length: n/a; Project Duration: 2010 — The City of Miami is planning improvements GVV 15th Avenue. between 8VV 8(h Sheet and GVV 7tb Street. These improvements are intended to mimic the landscape architectural features of Domino Park to the south, and are anUcipabadtninclude drainage improvements, decorative/brick paving from right-of-way to right-of-way, decorative furnishings, lighting and additional landscaping, Additionally, the City nf Miami plans to utilize this area for special events, which would require to close the street to vehicular traffic. Project Role: Project Manager/Engineer-of-Record responsible for modeling and analyzing traffic operations to develop the traffic recommendations aoaresult ofthe study conducted, Lorin R.C. Brissett, PE Senior Transportation Engineer Mr. Brissett has 21 years of Transportation Engineering experience. Mr. Brissett is an experienced project manager with special emphasis in traffic engineering, transportation facilities planning, traffic analyses and studies as well as process mapping and development of transportation engineering/planning systems. His technical strengths include traffic safety and operations, transportation planning and impact studies, travel demand model development/application, signing and pavement markings design. He has analyzed and managed various projects for public and private sector clients. Mr. Brissett has experience in making presentations to various stakeholders in matters related to transportation engineering and planning. He has extensive knowledge of and facility with various professional, engineering and planning software including: MS Excel, Word, PowerPoint and, Publisher, CORSIM Microsimulation, Synchro, HCS, AutoCAD and the Florida Standard Urban Transportation Model Structure-FSUTMS Travel Demand Software (running on the Cube Voyager platform). Project Experience 1-95 at PGA Boulevard/Central Boulevard Interchange Justification Report (IJR) and Project Development and Environment (PD&E) Study (FM No. 413265-1-22-01; Contract C9B45); Palm Beach County, FL; Client: FDOT District 4; Reference: Cesar J. Martinez, PE, (954) 777-4653; cesar.martinez@dot.state.fl.us; Project Duration: 2013 to 2015 — Study to identify enhancements to regional mobility in the area around the PGA Boulevard interchange at 1-95 in the City of Palm Beach Gardens. Task Leader for the Project Design Hour Traffic Volume Development and traffic operations analysis of considered alternatives. Project Role: Senior Transportation Engineer. Miami -Dade Expressway SR 8361 Dolphin Expressway Southwest Extension Study — Traffic Analysis Review, Client: FDOT District 6; Reference: Neil Lyn, (305) 470-5373; neii.lyn@dot.state.fl.us; Project Duration: 8/2016 to 10/2016 — PD&E Study to evaluate the feasibility of creating a southwest extension of SR 836/Dolphin Expressway from its current terminus at NW 137th Avenue near NW 12th Street to SW 136th Street, or some location north of SW 136th Street. Task Leader for the peer review of the Design Hour Traffic Volume Development and traffic operations analysis of the considered alternatives. Project Role: Senior Transportation Engineer. 1-395 Project Development and Environment (PD&E) Study Interchange Modification Evaluation (FM No. 251688-1-32-01; Contract C9279); Miami -Dade County, FL; Client: FDOT District 6; Reference: Maria 1. Perdomo, PE, (305) 640-7186; maria.perdomo@dot.state.fl.us; Length: 1.7 miles; Project Cost: $8.1 million; Project Duration: 2011 to 2013 — As part of a team of consultants selected by the FDOT to update the 1-395 PD&E Study Interchange Modification Evaluation, performed traffic operations reanalysis for the 1-395 freeway facility. The main objective of the 1-395 PD&E Study was to develop improvements that would increase future capacity of the facility, mitigate future traffic congestion, improve safety via the mitigation of existing deficiencies, improve ramp access and establish better lane balance/continuity throughout the study corridor. Developed Corsim Model (using Florida Highway Administration (FHWA) Corsim software) to evaluate no -build and future alternatives as part of the 1-395 PD&E Study Interchange Modification Report (IMR); Prepared lane schematic of the 1-395 corridor depicting pertinent geometric data; Developed input traffic volume data; Coded roadway network for mainline freeway and ramp segments; Calibrated/validated model to existing conditions; Ran CORSIM model for the AM and PM peak hour conditions for no -build and future alternatives; Summarized results of microsimulation analysis; Developed Synchro Model to analyze intersections along surface streets adjacent to 1-395 ramps and mainline; Optimized signal timing splits and offsets for affected intersections; Prepared technical report documenting analysis including assessment of preferred alternative. Project Role: Senior Transportation Engineer. Work Zone Traffic Analysis for 1-395 Corridor Improvement Project from West of 1-95 to MacArthur Causeway/SR 836 Corridor Improvement Project from NW 17th Avenue to West of 1- 95/1-95 Pavement Replacement Project from NW 8th Street to NW 29th Street (FM No. 251688-1- 32-01; Contract C9279); Miami -Dade County, FL; Client: FDOT District 6; Reference: Raul Quintela, PE, (305) 640-7558; raul.quintela@dot.state.fl.us; Length: varies; Project Cost: $300,000; Project Duration: 2015 to 201.6 (Est.) — The Florida Department of Transportation (FDOT) and the Miami -Dade Expressway Authority (MDX) selected the consultant team to develop coordinated ears of Past Registration Experience. Work History BCC Engineering, Inc (Fort: Lauderdale), 2015 —Present' 1 Perez and Associates, Inc 201E1 2015 ti1TB Corporation 201 2011 rimley Horn and Associates„ ifucatiori MS r vi Engineering, t99x Georgia Institute ofTec rn©fog ' B it Civil Engineering„ i09 " Tt► City College of New Y rk Career Highlights Successfully Cumpfete s 'Planning of Interchange tmprouement &.Analysis'; Workshop - FOOT Central; Oftice er Project (SeptembDeveloper ent2015 and:_' Environment (PD&E) ( anual process training, FDOT Central Office (June 2014) Managed Lanes and CORSIM Training Course, Conducted by lniversity of Florida (April 201 Highway Safety Menu' i►lorkshop, FDOT Central Office, (December 2012) `. Registration Professional Engineer. Florida: No. 56846, 2001' Georgia No. 034481, 2009 Lorin R.C. Brissett, PE 2 Senior Transportation Engineer traffic control plans for three construction projects that were planned to be implemented concurrently. Both agencies requested that the consultant team prepare a traffic analysis of the work zones of the three construction projects in order to establish a baseline of the likely traffic operations during project construction and provide recommendations. Additional objectives of the work zone traffic analysis included optimization of lane closure strategies, determination of the impacts of proposed detour routes and an evaluation of the Impact of the proposed construction schedule on the roadway network adjacent to and through the construction zones. Task leader for traffic analysis including developing guidelines for the project team in the development of design hour traffic volume for interim construction phases, traffic operations analysis of work zone phases and the development of reporting metrics to assess the performance of the various traffic control plans. Development of recommendations. Project Rcle: Task Leader/Senior Transportation Engineer. Downtown Miami Freight Mobility Feasibility Study; Miami -Dade County, FL; Client: FDOT District 6; Reference: Dionne Richardson, (305) 470-5292; dionne.richardson@dot.state.fl.us; Project Duration: 2013 to 2016 (Est.) — FDOT commissioned this project to study the feasibility of providing secondary access to PortMiami through the Downtown Miami Area in order to accommodate truck cargo and other PortMiami freight movements. This secondary access would serve as an alternative to the PortMiami Tunnel with the goal of preserving the quality of the connectivity between PortMiami and the greater region. Responsibilities included refinement and analysis of conceptual alternatives, coordination with various stakeholders and development of alternatives to recommend for further study and consideration. Project Role: Project Manager/Senior Transportation Engineer. Districtwide In -House Consultant Support Services; Miami -Dade County, FL; Client: FDOT District 6; Reference: Curlene P. Thomas, (305) 470-5408; curlene.thomas@dot.state.fl.us; Length: n/a; Project Cost: $1.5 million; Project Duration: 2013 to 2015 — Provided engineering support services for the performance of diverse planning, administrative, document reviews, technical reviews, and other tasks identified by the Department. These efforts include but are not limited to assisting the Miami -Dade Metropolitan Organization (MPO) meet all federal requirements to secure and maintain funding for the implementation of their Unified Planning Work Program (UPWP) as well as the five- year Transportation Improvement Program (TIP) for the metropolitan planning area. Project Role: Senior Transportation Engineer. Districtwide In -House Consultant Support Services; Miami -Dade County, FL; Client: FDOT District 6 — Intermodal Development Systems Office; Reference: Curlene P. Thomas, (305) 470-5408; curlene.thomas@dot.state.fl.us; Length: nla; Project Cost: $1.5 Million; Project Duration: 2013 to 2015 — Assisted with the development of recommendations to streamline various FDOT processes and procedures related to the delivery of services to the Miami -Dade Metropolitan Organization (MPO) and the public at large. Developed process maps by plotting work flow, critical tasks and responsible personnel in order to identify areas amenable to improved efficiencies and minimize unnecessary redundancies. Project Role: Senior Transportation Engineer. Districtwide Traffic Operations/Safety Studies; Miami -Dade County, FL; Client: FDOT District 6; Reference: Misleidys Leon, (305) 470- 5345; misleidys.leon@dot.state.fl.us; Length: n/a; Project Cost: $1.5 million; Project Duration: 2011 to 2013 — Conducted numerous intersection and arterial safety improvement studies under a general engineering consultant contract which involved traffic data collection, crash data analysis, traffic operational analysis, and development of conceptual designs and evaluation of improvement alternatives. Performed crash reviews and field reviews to identify site -specific issues related to specified high crash study locations. Developed reports to provide an insight into the abnormally high crash patterns occurring at the specified locations and provided recommendations including benefit/cost analyses to reduce the crash potential. Project Role: Senior Transportation Engineer. Downtown Miami Intermodal Terminal Feasibility Study; Miami -Dade County, FL; Client: Miami -Dade County Metropolitan Planning Organization (MPO); Reference: Jesus Guerra, (305) 375-2069; jguerra@miamidadempo.org; Length: n/a; Project Cost: $60,000; Project Duration: 2011 to 2012 — As part of a team of consultants selected by the Miami -Dade Metropolitan Planning Organization (MPO), performed a qualitative traffic impact assessment of a proposed intermodal terminal for downtown Miami. The proposed terminal would include a pedestrian/transit mall. Various locations were being considered for the terminal that would require up to three scenarios of possible road closures to be considered relative to the impact on the existing traffic circulation. The qualitative traffic assessment was undertaken to determine the feasibility of the proposed downtown intermodal terminal from a traffic impact perspective. Prepared recommendations for Metropolitan Planning Organization's staff based on traffic assessment. Project Role: Senior Transportation Engineer. SR 907/Alton Road Maintenance of Traffic (MOT) Plan; Miami Beach, FL; Client: Bergeron Land Development, Inc.; Reference: Philip Mills-Lutterod, (954) 557-8127; philip@imxgreen.com; Length: nla; Project Cost: $50,000; Project Duration: 05/2013 to 09/2013 — As part of a team of consultants selected by a major roadway contractor in South Florida, performed a comprehensive traffic assessment of a proposed maintenance of traffic (MOT) plan to accelerate construction work on the SR 907/Alton Road eastbound to northbound flyover on Miami Beach as part of a major roadway improvement project on Alton Road from 5th Street to Michigan Avenue. Developed recommendations for alternate routes to accommodate diverted traffic from the MOT plan and assisted in coordinating the dissemination of the temporary Traffic Control Plan (TCP) to interested stakeholders through a public outreach initiative. Project Role: Senior Transportation Engineer. M Gray, LIE Alicia Ana Gonzalez Principal/Public Involvement Manager Professional Credentials Bachelor of Science, Telecommunications, mars' of Florida-1992 Basis for Team Selection 24 years of public involvement experience, specifically with transportation projects in Miami - Dade and Broward counties Expertise with media placement i local, national and international press for clients such as MDWASD, FDOT, South Florid Water Management District, Broward County and several private clients Bilingual English Spanis Office Location' 18001 Old Cutter Roe Suite 459 Palmetto Bay, FL 331 Mrs. Gonzalez has served as a Principal of Media Relations Group, LLC, since its inception in 1999, successfully executing campaigns for the City of Miami, City of Miami Beach, Florida Department of Transportation (Districts Four and Six), Miami -Dade Expressway Authority (MDX) and Florida's Turnpike Enterprise at all phases including Project Development and Environment (PD&E), Design, Design -Build and Construction. As a highly -experienced team member, Mrs. Gonzalez will also serve as valuable Quality Assurance/Quality Control resource that will review all collaterals and project documents while guiding the project as it evolves from phase to phase and through major milestones. Select project experience includes: • Start Date: 04/2015 — End Date: 12/2015 — City of Miami/Miami-Dade Water and Sewer Department (MDWASD) Design -Build Services for Replacement of Water Mains and Service Conversions in the Shenandoah Area (Phase A), Miami -Dade County, Florida — Mrs, Gonzalez was the Public Involvement Manager for this project. As the QA/QC lead, she was responsible for reviewing construction information to the residents of the City of Miami and the Shenandoah Community, as well as overseeing the work being performed by her staff. Project Role: Public Information Manager; Agency Name: Miami -Dade water & Sewer Department; Agency Contact Information: Adriana Lamar, 786-552-8087, Adriana. Lamar cr miamidade. qov • Start Date: 10/2013 — End Date: Ongoing — City of Miami Beach Public Information Contract, Miami -Dade County, Florida — As part of its 3-year Capital Improvement Program (CIP), MRG was contracted by the City of Miami Beach to provide public information services on the Right of Way and Facilities Construction contract, which involves more than 200 CIP projects. Mrs, Gonzalez oversees MRG staff responsible for the day-to- day activities on this project including effectively communicating construction information to the residents of Miami Beach. She also provides QA/QC services on at collaterals produced by MRG. Project Role: Public Information Manager; Agency Name: City of Miami Beach Capital Improvements Office; Agency Contact Information: Lauren Firtel, City of Miami Beach Public Information Specialist, 305-673-7071, LaurenFirtelAmiamibeachfl.gov • Start Date: 04/2011 — End Date: 11/2013 — MDWASD Government Cut Utility Relocations Projects Design Build, CMIT, Miami -Dade County, Florida — Mrs. Gonzalez was in charge of the public involvement for all these projects as a Department liaison to project managers, Department Public Affairs Manager Adriana Lamar and Isaac Gutierrez. She attended at progress meetings and worked daily on public involvement strategies and notifications as necessary. She prepared a Community Awareness Plan (CAP) and fact sheet for the project. In Spring 2012, Mrs. Gonzalez also began working with the Department on the Emergency 60-inch Force Main Installation project in the City of Miami Beach. She attended several City of Miami Beach and other key stakeholder meetings. She also coordinated and executed a community meeting in June 2012 and reviewed and finalized project fact sheets and display boards. She continued to serve as the day to day public information contact through summer 2013, upon completion of the Emergency Contract, Project Role: Public Information Manager; Agency Name: Miami -Dade Water and Sewer Department; Agency Contact Information: Adriana Lamar, 786-552-8087, alamar ,,miamidade.gov X Antonio Ne0 'n/ PSM Production Manager Mr. Neghn is a Professional Land Surveyor with 22 years of experience, 11 years of which have been with Biscayne Engineering. Mr. Neghn is responsible for overseeing the field and office procedures for Boundary and Topographic Surveys, R/VV, GP8 and HID Loner Scanning. Mr. Neghn has extensive R/VV Mapping experience. He has a wide range of experience with Trimble Business Center and the FOOT software Hector the Vector, AutoCAD and Civil 3D. With respect to HD Laser Scanning, Mr. Negrin has received specific training from Leioa, in field and office operation of the Leioo hardware and associated software (C|oudvvorx` Cyclone), Additionally, he has knowledge and practical experience with Civil 3D, Caice, Mioroatatinnond Geopak. Relevant Experience Center Bnicke8Subdivision, Miami Florida. Project Description: Services include initial Boundary Survey, Topographic Survey; Tentative Plat preparation for City of Miami; and Miami -Dade County review, approval, and Final Plat preparation. Role in Project: Production Manager. Curtis Park, Miami, Florida. Project Description: Services include Boundary and Topographic Sun/ey, including closed traverse; boundary morkers, title searnh/easennents, water boundary, closed vertical, site innprovementa, underground uh|itieo, tree survoy, road improvements, and State Plane Coordinates. Role inProject: Production&Yanager. Southern Glades, South Florida Water Management District (S'&onroe County, Florida. Project Description: Amulti section Boundary Survey located in the Southern Glades of Florida. This project consisted of the location and setting of section corners in the Glades utilizing boats and creative surveying methods; in accordance with Florida's Standards ofPractice (SOP) and SFVVK4D requirements. Role inProject: Production Manager. North Dade Sewage Treatment Plant, Miami -Dade Water and Sewer Department, Miami, Florida. Project Description: Services included a Boundary and Topographic Survey in support of the treatment plant upgrades. This project included the use of laser scanning in 3-O to locate the components of the plant including tanks, piping and other features, Role in Project: Production Manager. SIN 8fhStreet /S.R. 90from SW 27th Avenue toSN/37thAvenue, Miami -Dade County, Florida. Project Description: Services included checking field work; analyzing property corner data; plat boundaries, right of vvoy nnapn, and producing aTopographic Survey for design purposes depicting all improvements and right of way lines. Role in Project: Production Manager. Miami Beach Convention Center Renovation, Miami Beach, FL. Miami Beach, FL. The project consisted of Engineering Sun/eying support to the general contractor during construction including: plans for the construction support compound; maintenance of traffic plans and permitting; construction layout surveying; laser scanning in 3-D and As -built surveys. Role in Project: CAD &Yanagnr. Various State Roads for FIJ{JT District 6, Miami Florida. Project Description: The projects consisted of Renon and Locating right-of-way monument section corners; performing SPS Surveys; Horizontal Traverse and analyzing survey right-of-way nnonumentationn in conjunction with Recorded Data. Role /n Project: Production &Yaoeger. Between yVN/ I Avenue & NE Ave. and /VN/8 St. & 8/N/9 St. Lyric Subdivision, Miami, Florida._Project Description: The project consisted of initial Boundary Sun/ey, Topographic Survey, Tentative Plat, and Final Plat preparation for City of Miami's & Miami -Dade Cnunty's review and approval. Role in Project: Production Manager. Education Novosibirsk Novnoibinah|nGUtube ofEngineers of Geodeuy- PhohognamnneLryond Cartography, Russia (1992) AutoCAO-MDCC Inter American Cornpus(2OO5) Mioromtation-Bentley |Dntitute(2OO8) HDLaser Scanning LeicoTnaining course, Atlanta, Georgia(2O11) Registration Professional Surveyor and Mapper No. 0O87 Affiliations Member Florida Surveying and Mapping Society (FSK43) Years of �Experience �22Years n. \ mmWest nm*Street �m^s�� �N��. i EwG/wE8u|mo ' 305374,7671 / Mike Bartholomew, PSM President / Project Manager Mr. Bartholomew is President of Biscayne Engineering Company and a Professional Surveyor and Mapper with 31 years of experience (approximately 28 years of which have been with Biscayne Engineering Company, Inc.). His responsibilities include managing large scale, multimillion Dollar contracts for Municipalities and State government agencies, and overseeing the preparation of Canal R/W Maps and Surveys, LiDAR, Design and Control Surveys, and the wide variety of surveys encountered at Biscayne (Boundary, ALTA/ACSM, Specific Purpose, Topographic, Mean High Water, etc.). Also, he is actively involved in the preparation of plats and in his role as plat reviewer for the City of Hialeah. He is well versed in the requirements of Chapter 177, Part 1, and Florida Statutes. He has a vast knowledge of various software programs such as Microstation, Microstation V8i, Leica's Cyclone, Topo- DOT, FDOT procedures and requirements, Autodesk's AutoCAD Civil 3D and basic scripting capabilities. In addition, he works closely with the office staff and Field Crew Supervisor in the management of the numerous construction surveying projects performed throughout south Florida. Relevant Experience Lyric Subdivision, Miami, Florida. Project Description: This project consisted of initial Boundary Survey, Topographic Survey, Tentative Plat, and Final Plat preparation for City of Miami & Miami -Dade County review and approval. Site Located: Between NW 1 Avenue & NE 2 Ave. and NW 8 St. & NW 9 St. Role in Project: Executive Manager. Education Associate of Technical Arts, Everett Community College, Everett, WA (1987) Registration Professional Surveyor & Mapper No. 5666 Microsoft Certified Professional Affiliations Member Florida Surveying and Mapping Society (FSMS) Years of Experience 31 years Expert Witness for Sunset Cove, Key Largo, FL & Murals in Miami Dade County, Miami, Florida. Project Description: Perform research, Title Review, and attend meetings in connection with Sunset Cove matter in Key Largo, and Murals located in the City of Miami, Florida. Role in Project: Expert Witness. South Beach Construction, Miami Beach, Florida. Project Description: This project consisted of Boundary Verification, Field Lay -out of up to 220 Piles, As -Built measurements of up to 220 piles, Topographic Survey and Boundary. Site Located: 419 Michigan Avenue. Title: Executive Manager. S.F.W.M.D. (Big Cypress Basin) Naples, Florida. Project Description: This project consisted of As -Built survey of 24 structures' elevations in North American Vertical Datum of 1988. Establish NAVD 88 Elevations, Record Survey's Field Work of 24 sites, Preliminary Surveyor's Report of all sites and Final Surveyor's Report, QA/QC Completed, All Sites. Role in Project: Executive Manager. Various State Roads for FDOT District 6, Miami Florida. Project Description: This project consisted of Recon and Locate Right -of -Way Monument Section Corners. Performed GPS Survey, Horizontal Traverse and analyze Survey Right -of -Way Monumentions in conjunction with Record Data. Also, performed topographic Surveys and prepared Digital Terrain Models (DTMS). Site Location: Miami, Florida. Role in Project: Executive Manager. Mini Park Subdivision No. 1 and No. 2, City of Miami, Miami -Dade County, Florida. Project Description: This project consisted of the preparation of the tentative plat, final plat, associated street vacation/closure for its submittal to City of Miami and Miami -Dade County. Role in Project: Executive Manager. North and South District Wastewater Treatment Plants; Miami -Dade County, Florida. Project Description: this project consisted of Oversaw and processing of field data, registration, integration, and importation of scan data into software database. Prepare high density 3D survey model of the Wastewater Treatment plant for engineering design with reference to a state plane coordinates and a vertical datum. Role in Project: Executive Manager. Project Manager for City of Miami — Various Continuing Survey Projects, Miami -Dade County, Florida. Project Description: Oversees the preparation of surveys related to environmental projects at such locations as: Blanche Park, Merrie Christmas Park, Kennedy Park & Curtis Park. Role in Project: Executive Manager. B! EN S ? SNest F CAYNE ` i�frni,Fl331 N E E R.I N G i3D5 32 4.7671 r Street ne�rrttlnueri PAGE 1 RESUME LISA H. HAMMER P.O. Box 330203 Miami, FL 33233 (305) 858-4667 (305) 858-4237 Fax lisahhammer@bellsouth.net Lisa@LisaHammerRCA.com September 2015 SUMMARY A native Miamian with over thirty-four 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 1987-present Lisa H Hammer, Horticultural Consultant Private consulting practice in landscaping and arboriculture. 1983-1987 Extension Agent, Urban Horticulture, Florida Cooperative Extension Service Developed educational and volunteer programs in urban horticulture in Dade County. 1982-1983 Laboratory Technician, Shands Teaching Hospital, University of Florida Performed laboratory duties related to medical research on effects of pectin on cholesterol levels. 1981-1982 Horticulturist/Keeper Aide, City' and County of Honolulu Zoo Installed and maintained plants in aviary. 1979-1981 Research Assistant, Department of Fruit Crops, University of Florida Part-time student assistant to agricultural researcher. EDUCATION 1977-1981 Bachelor of Science, Agriculture, University of Florida Major in Fruit Crops. Certificate of Specialization in Tropical Agriculture. 1984-1987 Master of Science, Biology, Florida International University Thesis research in pollination ecology. LICENSES AND CERTIFICATIONS State of Florida, Certified Pest Control Operator. Certification #JF89007. American Society of Consulting Arborists. Registered Consulting Arborist #333. International Society of Arboriculture. Certified Arborist #SO-0758. International Society of Arboriculture. Tree Risk Assessment Qualification. Tom Graboski President Recent Projects: Royal Caribbean International's Project Genesis Series Celebrity Cruise Line's Project Solstice Series Coral Gables Museum City of Coral Springs Relevant Projects: City of Miami City of Coral Springs City of Coral Gables City of Aventura Doral Park, City of Doral Da tgadesign Tom Graboski received his BFA from the Art Center College of Design in Los Angeles, and was awarded his Masters Degree in Urban Design from the University of Miami School of Architecture in 1977. In 1980, he founded Tom Graboski Associates, specializing in wayfinding, environmental graphics, and signage design. Tom's unique background in architecture, interior design, urban planning and graphic design blends talents that are essential to any project. He has developed environmental graphics programs for a broad range of clients, including Royal Caribbean International, Universal Studios, Disney Development Corporation, Berkowitz Development, Bascom Palmer Eye Institute, the Marriott Corporation, Flagler Development, the University of Miami, Baptist Health South Florida, and the Cities of Coral Gables, Aventura, Coral Springs, and Miami. A member of the Society for Environmental Graphic Design, the Industrial Design Society of America, and the American Institute of Graphic Arts, he has been the recipient of many local and national awards. Tom has taught, lectured, and been a visiting critic at the University of Miami, Florida International University, Miami Dade Community College, the Miami International University of Art and Design, and Miami Ad School. His work has been published extensively, both nationally and internationally. Related Project Experience Doral Park, City of Doral Preparation an overall sign masterplan for the entire PUD site that is Downtown Doral. The plan included all sign types to be utilized throughout the site. TGA Design located each sign on a site plan and identified each sign type by function and design. Both vehicular and pedestrian wayfinding and major project identity signage was included. City of Coral Gables Design of an off-street parking signage system for the City of Coral Gables, encompassing 25 parking lots and 5 parking garages. We also completed the design of the Coral Gables Trolley identity and signage. City of Aventura Design and implementation of a complete identity and wayfinding signage system for the city. Key elements developed include city entry features, a street banner program, parking identification, city bus and bus shelter graphics, and graphics for the "Bus 2 Bus" transit program. City of Coral Springs Tom assisted the City of Coral Springs in re -writing the sign code portion of their City ordinance. Tom also attends all commission and stakeholder meetings on behalf of the City. www.tgadesign.com 305.669.2550 Page 1 of 1 • • Existing Conditions Surveyor Biscayne Engineering Horticulturist Lisa Hammer Traffic Engineer Wit Engineer L ter Rodrtgciez MRG Public Involvement ; Alicia Gonzalez Request for Qualifications Qualifications of Proposed Project Manager 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 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.:16-17-006 RFQ Title: City of Miami- SW Streetscape and Street Tree Master Plan Services Name of Proposer: Curtis +Rogers Design Studio, Inc. Name of Proposed Project Manager: Aida M. Curtis Name of Project: FDOT SW 1st from W. Flagler to SW 5th Avenue Address of Project: SW 1st Street, from W. Flagler to SW 5th Avenue Name of Project Owner: FDOT Project Owner Contact Name: Adriana Manzanares Project Owner Contact Telephone No.: 305 470 5283 Project Owner Contact E-mail address: adriana.manzanares@dot.state.fl.us Brief Scope of Project (additional space provided): Streetscape improvements to urban corridor including innovative planting techniques to accomodate large trees in urban conditions. Services included design, construction documents and public presentations. Value of Design Fees (if applicable): Awarded: $105,800 Actual: $105,800 N/A Basis for Difference in Value: N/A Value of Construction (if applicable): Awarded: $710,715 Actual: N/A N/A 0 Basis for Difference in Value: N/A Project Completion (no. of calendar days): Projected: 720 Construction Actual: N/A N/A Type of Project: 0 Design -Bid -Build 0 Design/Build El CM©Risk 0 Other (specify): LEED or Green Globe Certified Project: El Yes 0 No If yes, level of Certification: Was work performed as an employee of the Proposer? Yes 0 No By: 06/23/2017 Signature of Authorized Officer Date Aida M. Curtis president Printed Name Title RFQ-PM tamt To Whom It May Concern: Subject: Reference Letter for Project Manager, as defined in RFQ No. 16-17-006. Daniel J. Alfonso City Manager owing SettICirt to be Ccrnpleted by the Proposer.e.%eee Name of Proposer: Curtis + Rogers Design Studio, Inc. Name of Proposed Project Manager Aida M. Curtis 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. Your insight is appreciated. Name of Project: FDOT SW 1st Street from W. Flagler Street to SW 5th Avenue eseee - ectioreteche eeeeePtefehe .-roject Owner. Scope of Wor for Referenced Project: Landscape Architectural Services- Hardscape and Landscape Value of Project: $710,715 Value of Construction: $105,800 Type of Project: CI Design -Bid -Build 0 CM@Risk El Design -Build 0 Other ( Construction completed on time and within budget: 0 Yes CI No How long did the proposed PM serve in the capacity as PM on this project? Quality of Design: El Above Expectations 0 Average 0 Below Expectations Errors and Omissions: 0 Above Expectations El Average El Below Expectations (Above expectations indicates fewer en -ors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the PM responsive? Was the PM timely with reviews and submittals? Did the PM effectively resolve issues in a timely manner? 0 Yes CI No El Yes 0 No Yes 0 No El Yes El No Please type in the field below to provide comments (Please use the attached additional page, as necessary) Name of Project Owner: Florida Department of Transportation Name of Project Owner's Representative: Adriana Manzanares Signature of Project Owner's Representative: 40.41AilAtlwir.eldh," Title: FDOR Project Manager Telephone: 305 470 5283 Date: 06/23/2017 Sincerely, Annie Perez, CPPO Director Procurement Department adriana.manzanares@dot.stateRus RFQ-PM-R Revised 8/15/2016 Request for Qualifications Qualifications of Proposed Project Manager 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 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 :16-17-006 RFQ Title: City of Miami- SW Streetscape and Street Tree Master Plan Services Name of Proposer: Curtis +Rogers Design Studio, Inc. Name of Proposed Project Manager: Aida M. Curtis Name of Project: Garden of Arts Park Address of Project: 1850 W. 76th Street - Hialeah, Florida 33014 Name of Project Owner: City of Hialeah Project Owner Contact Name: Vicente Rodriguez Director Project Owner Contact Telephone No.: 305 687 2620 Project Owner Contact E-mail address: vrodriguez@hialeahfl.gov Brief Scope of Project (additional space provided): Public Park under tranmission line easement. Curtis + Rogers did design work,construction documents and coordination with civil & electrical consultants as well as FPL. Value of Design Fees (if applicable): Awarded: $24,10o Actual: $24,100 Basis for Difference in Value: N/A N/A Value of Construction (if applicable): Awarded: $2,000,000 Actual: $2,000,000 N/A 0 Basis for Difference in Value: N/A Project Completion (no. of calendar days): Projected: 9 months Actual: 9 months N/A Type of Project: Ej Design -Bid -Build 0 Design/Build 0 CM@Risk 0 Other (specify): LEED or Green Globe Certified Project: El Yes 1 No If yes, level of Certification: Was work performed as an employee of the Proposer? [i Yes 0 No By: 06/23/2017 Signature of Authorized Officer Date Aida M. Curtis President Printed Name Title RFQ-PM Request for Qualifications Qualifications of Proposed Project Manager Please utilize the space below, as necessary. Garden of the Arts Park was envisioned to be a lush tropical park tucked into a quiet urban community. The neighborhood has little to no existing public space amenities, so the City of Hialeah working with FPL found a creative way to provide much needed green space. The land, is an existing FPL transmission right-of-way currently not accessible to the public. FPL collaborated with our design team to create a park which fits the functional requirements of a transmission right-of-way while providing a meandering path through rich vegetation for people to stroll and learn about the rich history of Hialeah. The C+R team designed elements into the park plazas to enhance the story of Hialeah from its roots in the Native Americans who named Hialeah (meaning "High Prairie") to the Hialeah Park Racetrack today and through the future. The landscape within the plazas will serve as a backdrop for local artists' interpretive work throughout the park. RFQ-PM Citp of Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Project Manager, as defined in RFQ No. 16-17-006, o twang- Section t• Name of Proposer Curtis + Rogers Design Studio, Inc. .ornpieted by the Proposer. Name of Proposed Project Manager Aida M. Curtis 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. Your insight is appreciated. Name of Project: Garden of the Arts Park The EoUowrg Sectiont• VI% Scope of Work for Referenced Project: Landscape Architectural Services - Landscape and Hardscape Value of Project: $2,500," Value of Construction: $2,000,000 Type of Project: 0 Design -Bid -Build 0 cm@Risk 0 Design -Build 0 Other ( Construction completed an time and within budget: 13 Yes 0 No How long did the proposed PM serve in the capacity as PM on this project? 1 Year Quality of Design: E] 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 anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the PM responsive? Was the PM timely with reviews and submittals? Did the PM effectively resolve issues in a timely manner? 0 Yes El No El Yes 0 No Yes E3 No Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Aida Curtis was very professional and pro -active. It was very easy to deal with them and we would use them again Name of Project Owner: City of Hialeah ri Name of Project Owner's Representative: Vicente Rodez Signature of Project Owner's Representative: Title: Director Telephone: 305 687 2620 Date: 06/23/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: vrodriguez@hialeah.fl.gov REO-PM..R Revised 8/15/2016 Request for Qualifications Qualifications of Proposed Project Manager 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 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.:16-17-006 RFQ Title: City of Miami - SW Streetscape and Street Tree master Plan Services Name of Proposer: Curtis + Rogers Design Studio, Inc. Name of Project: Bayfront Park Capital Improvement Program Address of Project: 301 N. Biscayne Blvd. Miami, FI 33132 Name of Proposed Project Manager: Aida M. Curtis Name of Project Owner: City of Miami / Bayfront Park Management Trust Project Owner Contact Name: Jose Gell Project Owner Contact Telephone No.: 305 358 7550 Project Owner Contact E-mail address: jgell@miamigov.com Brief Scope of Project (additional space provided): Site evaluation and analysis of opportunities/constraints. Preparation of a capital improvements Value of Design Fees (if applicable): Awarded: $399'999 Basis for Difference in Value: N/A Actual: $399'999 N/A Ej Value of Construction (if applicable): Awarded: $16,000,000 Actual: $16,000,000 N/A 0 Basis for Difference in Value: N/A Project Completion (no. of calendar days): Projected: Actual: N/Aj Type of Project: Design -Bid -Build 0 Design/Build fl CM@Risk ElOther (specify): Masterplan LEED or Green Globe Certified Project: ] Yes 0 No If yes, level of Certification: Was work performed as an employee of the Proposer? . Yes Ej No By: C{ L c �r- 06/23/2017 Signature of Authorized Officer Date Aida M. Curtis President Printed Name Title RFQ-PM Request for Qualifications Qualifications of Proposed Project Manager Please utilize the space below, as necessary. In 2007, the City of Miami commissioned a "Capital Improvement Plan" for Bayfront Park. This plan was preceded by work done for the City in 2003 by the BNV Corporation. The Capital Improvement Plan built on the recommendations of BNV who suggested the following improvements: 1) address the park's "empty heart"; 2) make the Baywalk a "pleasurable walk" by decreasing the scale and adding much needed shade; 3) investigate the feasibility of creating a restaurant/retail space at the base of the non-functioning "laser light tower'; 4) connect the amphitheater to Bayside Marketplace, the Baywalk and the hotel to the south; 5) enhance the good features like the Rock Garden and the lawns; 6) address the need for shade by planting shade trees; 7) address the existing paths which "frustrate" the desire for direct functional access, particularly between the downtown area and the bay; 8) improve the horticulture; 9) address the perimeters of the park which tend to be "parched and dull" and/or "complicated and ugly'; and 10) provide informational and wayfinding signage. Curtis + Rogers along with their sub consultants produced three documents for the "Capital Improvements Plan." The first was an in-depth analysis of the park including functional environmental and aesthetic issues, the second was a series of proposed improvements which could be staged and the third was an estimate of cost. RFQ-PM Daniel J.Alfonso City Manager ToWhom ItMay Concern: Subject: Reference Letter for Project Manager, as defined in RFQ No. 16-17-006. ilt Name of Proposer: Curtis+ Rogers Design Studio, Inc. Name of Proposed Project Manager: Aida M. Curtis The above referenced Proposer kyresponding tooRequest for Qualifications (RFO)that has been issued bythe City ofMiami. VVarequire that the Proposer providewritten references for their proposed Project Manager (PM). The Proposer is requesting that you, as the Owner of the referenced project,provide the following information as well as any other pertinent information. Your insight is appreciated. Name ofProject: 8ayfrontPark Capital Improvements Plan Scope ofWork for Referenced Project: BayfrontPark Capital Improvement Plan Value of $1,600,000 Value ofConstruction: sN/A Tvoa ofProject: E3 Design -Bid -Build [] CyW@R|nk El Design -Build 9 Other(Masierpla» Construction completed on time and within budget: IM Yes El No How long did the proposed PM serve in the capacity as PM on this project? 3 years - 2008-2010 Quality ofDesign: Above Expectations E3 Average [3 Below Expectations Errors and Omissions: Above Expectations 0 Average E] Below Expectations (Above expectations indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result inincreased construction cost? Was the PM responsive? Was the PMtimely with reviews and submittals? Did the PM effectively resolve issues in atimely manner? El Yes No ED Yes No 12 Yes E3 No E Yee [I No Please type |nthe field below ho provide comments (Please use the attached additional page, aaneua000r0: | have nohesitation infully endorsing Curtis + Rogers Design Studio, Inc. Name ofProject Owner: Bayfront Park ManagementTrust/City of Miami Name ofProject Owner's : Jose Gell Signature of Project Owner's Interim Executive Director Date: 06/23/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: jgell@miamigov.com RFQ-PM-n Registration Registered Landscape Architect in the State of Florida LA 0001330 Affiliations Member -The American Society of Landscape Architects International Society of Arboriculture Certified Arborist Awards ASLA Certificate for Excellence in the Study of Landscape Architecture Texas A&M University Bachelor of Science in Landscape Architecture Employment 1991-Present Curtis + Rogers Design Studio Inc 1984-1991 Sasaki Associates 1983-1984 Henderson Rosenberg Scully Curtis Ms. Curtis has over 29 years of experience on a variety of project types including park design, urban design and corporate/commercial design. Ms. Curtis' strong management and technical skills have produced many outstanding projects. She has worked on a number of multidisciplinary teams and has been responsible for producing complex bid packages. Ms. Curtis specializes in seeking consensus in complex multi -disciplinary projects. Through effective communication skills, Ms. Curtis navigates through complex issues, by illustrating alternatives and addressing specific issues with multiple interested parties. Her ability to present ideas, and analyze multiple solutions has been a key skill in achieving consensus. Her experience in public projects, has provided her with a depth of knowledge, and strategies, that can be utilized during Community Input and Public Involvement sessions. Ms. Curtis commitment to sustainability and improvement to the public realm is the hallmark of projects developed under her supervision. Her solutions are creative, practical and cost-effective. She prides herself in giving clients personalized attention and direct involvement in their projects. Her technical abilities, strategic decision - making and her continuing growth in current issues are assets to all the projects, the firm undertakes. Streetscape . ,.,, , �;1.1c::4�{y,..=�.:�_.�.�, ..;.. Transportation EAp'YIeY1C::? Alton Road Median Enhancements; Miami Beach, Florida City of Miami Flagler Streetscape; Miami, Florida Coconut Grove Business Improvement District Enhancement; Coconut Grove, Florida Coral Gables Tree Succession Project; Coral Gables, FL FDOT -1595; Broward County, Florida FDOT- 826 Interchanges; Miami - Dade, FL FDOT SR 5 - US1 at Douglas; Miami, FL FDOT - SW 7th/8th Street PD&E; Miami, FL FDOT- West Flagler Street 27th - 14th Avenue; Miami, FL Fort Lauderdale Consolidated Car Rental Facility; Ft. Lauderdale/Hollywood Airport, Florida FDOT NW 57th Avenue Reconstruction Project; Miami, Florida FDOT SR 968 SW 1 Street; Miami, Florida MIC-Earlington Heights -Connector; Miami, Florida MIC-Central Station; Miami, Florida MDX - 836 Toll Plaza Improvements; Miami, Florida MDX - SR874 Improvements; Miami, Florida NE 2nd Avenue Streetscape; Miami, FL Palm Grove Neighborhood Streetscape; Miami, FL South Dade Busway - Miami -Dade Transit Authority; Miami -Dade County, Florida SW 15th Ave Streetscape - 8th & 7th Street; Miami, FL Civic E 1t3"3 nce American Airlines Arena; Miami, FL Federal Office Building; Miramar, FL Fort Pierce Courthouse; Fort Pierce, Florida Ft. Lauderdale Int'I Airport -Consolidated Rental Car Facility; Hollywood, Florida Historic Overtown Streetscape-NW 3rd Ave; Miami, Florida Jackson Memorial Hospital South Campus; Miami, Florida Leon Medical Center -Midway Clinic, Flagler Street; Miami, Florida Link @ Douglas Station; Miami, FL Little Haiti Cultural Center; Miami, Florida Miami Intermodal Center; Miami, FL Miami River Greenway; Miami, Florida Normandy Isle Neighborhood Improvements; Miami Beach, Florida South Pointe Neighborhood Improvements; Miami Beach, Florida SW 15th Avenue Streetscape; Miami, FL U. S. Federal Courthouse; Miami, Florida US-1 Conceptual Enhancement Plan; Miami, Florida CUR _r. i s D+,SiGN STUD! 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. RFQ No.:16 - 17 - 006 RFQ Title: Southwest Streetscape and Street Tree Master Plan Name of Proposer: Curtis +Rogers Design Studio, Inc. Name of Proposed Landscape Architect: Jennifer Rogers Name of Project: Ransom Everglades High School Special Area Plan Address of Project: 3575 Main Highway, Miami, FL 33133 Name of Project Owner: Ransom Everglades School Project Owner Contact Name: JamesT.Cowgill Project Owner Contact Telephone No.: 3054608851 Project Owner Contact E-mail address: icowgill@ransomeverglades.org Brief Scope of Project (additional space provided): Landscape architecture, tree preservation, & sustainable solutions Value of Design Fees (if applicable): Awarded: $35,000 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: Summer 2017 Actual: N/A Q Type of Project: DI Design -Bid -Build Q Design/Build i,_ CM@Risky Other (specify): Master Plan LEED or Green Globe Certified Project: I: Yes 0 No If yes, level of Certification: Was work performed as an employee of the Proposer? Yes Q No By: 6/23/2017 Signature of Authorized Officer Date Aida M. Curtis President Printed Name Title RFQ-LA Request for Qualifications Qualifications of Proposed Landscape Architect Please utilize the space below, as necessary. Founded in 1903 by Paul Ransom, Ransom Everglades School is one of South Florida's finest private school. Since its beginning the school has emphasized the inclusion of environmental awareness and appreciation for its location on the coral ridge (Silver Bluff) adjacent to Biscayne Bay. Over the years the physical plant has grown to accommodate new areas of study. The recent Master Plan completed in 2014 depicted the ever decreasing campus open space as new facilities were imagined. In early 2016, the adjacent Las Brisa 6+ acre property became available and the school was able to purchase the site for expansion of the campus. The school had always wanted to provide a natural oasis adjacent to the bay and wanted to preserve as much of the existing historic property with minimal development of new facilities. Curtis + Rogers assisted in the development of a campus master plan linking the two properties and designing site hardscape and planting improvements which emphasized environmental awareness and sustainability. Existing trees were identified and evaluated by a horticultural consultant and the master plan envisions minimal disturbance of existing specimen trees and additional planting to screen the existing single family residences to the north. The plan is currently under review by the City of Miami for the establishment of a Special Area Plan and Curtis + Rogers will continue in their consulting role for detailed site design and tree planting, relocation, removal and mitigation in order to complete the expansion of the Campus. RFQ-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. RFQ No.:16 - 17 - 006 RFQ Title: Southwest Streetscape and Street Tree Master Plan Name of Proposer: Curtis + Rogers Design Studio, Inc. Name of Project: Flagler Streetscape Address of Project: Flagler- Biscayne Blvd. to NW Miami Ct. Name of Project Owner: City of Miami / DDA Name of Proposed Landscape Architect: Jennifer Rogers Project Owner Contact Name: Neil Schafers Project Owner Contact Telephone No.: 3053796566 Project Owner Contact E-mail address: schafers@miamidda.com Brief Scope of Project (additional space provided): Landscape architectural services Streetscape, Hardscape, Softscape Value of Design Fees (if applicable): Awarded: $190,000 Actual: N/A Basis for Difference in Value: Value of Construction (if applicable): Awarded: $13,690,473 Actual: $9,000,000 N/A Q Basis for Difference in Value: Low bid contractor Project Completion (no. of calendar days): Projected: 730 Actual: N/A Q Type of Project: MI Design -Bid -Build Q Design/Build Q CM@Risk Q Other (specify): LEED or Green Globe Certified Project: D Yes D No If yes, level of Certification: Was work performed as an employee of the Proposer? L Yes Q No By: 6/23/2017 Signature of Authorized Officer Date Aida M. Curtis President Printed Name Title RFQ-LA Request for Qualifications Qualifications of Proposed Landscape Architect Please utilize the space below, as necessary. Flagler Street is lined with historic buildings, and was once the vibrant main street of Miami, FL. Curtis +Rogers' revitalization design plan reflects the rich history of the railroad's importance in the development of the city while widening the sidewalks and planting shade trees to create a more pedestrian -friendly retail destination. The groundbreaking design integrates innovative techniques in tree growth and stormwater management. The project is scheduled for completion in 201 7. RFQ-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. RFQ NO :16 17 - 006 RFQ Title: Southwest Streetscape and Street Tree Master Plan Name of Proposer: Curtis + Rogers Design Studio, Inc. Name of Project: Coconut Grove Streetscapes Name of Proposed Landscape Architect: Jennifer Rogers Address of Project: Coconut Grove Central Business District Name of Project Owner: City of Miami Project Owner Contact Telephone No.: 305 461 5506 Project Owner Contact Name: Timothy F. Schmand Project Owner Contact E-mail address: director@grovebid.com Brief Scope of Project (additional space provided): Landscape architectural services including design of soft and hardscape including public involvement and construction related services Value of Design Fees (if applicable): Awarded: $94,052 Actual: $119,442 N/A Basis for Difference in Value: Increased scope Value of Construction (if applicable): Awarded: $2,600,000 Actual: $2,600,000 N/A 0 Basis for Difference in Value: N/A Project Completion (no. of calendar days): Projected: 3 years Actual: N/A 0 Type of Project: 0 Design -Bid -Build D Design/Build 0 CM@Risk 0 Other (specify): LEED or Green Globe Certified Project: El Yes El No If yes, level of Certification: Was work performed as an employee of the Proposer? 0 Yes 0 No By: da)"f 6/23/2017 Signature of Authorized Officer Date Aida M. Curtis President Printed Name Title RFQ-LA Request for Qualifications Qualifications of Proposed Landscape Architect Please utilize the space below, as necessary. The City of Miami, hired Curtis + Rogers to provide design services related to streetscape renovations in the Coconut Grove Central Business District. The goal of the project was to review the existing problems with brick lifting and root intrusions in the sidewalks and evaluate existing tree conditions, while maintaining the existing wonderful character of Coconut Grove. A combination of solutions have been proposed and include new trees planted in conditions optimal for future growth, maintaining existing trees while improving their immediate growing environment and replacement of bricks set in a more suitable base material. The Curtis + Rogers team included landscape architects, urban arborists and horticulturists all working together to develop creative solutions to the challenging conditions. Extensive meetings were held with members of the Coconut Grove Business District, businesses in the area and the general public to seek input and ideas for the project. RFQ-LA Cttp ofAlictint Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Landscape Architect (LA), as defined in RFQ No. 16-17-006. ono? Name of Proposer: Curtis + Rogers Design Studio, Inc. ete raposer Name of Proposed LA: Jennifer Rogers 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: Ransom Everglades High School - Special Area Plan Scope of Work for Referenced Project: landscape architecture, tree preservation & sustainable solutions Value of Project: $ j 9 /A Value of Construction: $ 6 /4 eft.,, Type of Project: D Design -Bid -Build E CM c@' Risk ID Design -Build 1! Other ( Mack,' Construction completed on time and within budget: al Yes DI No How long did the proposed LA serve in this capacity an this project? Quality of Work: lLlI`Above Expectations 0 Average 0 Below Expectations Errors and Omissions: Above Expectations El Average Cai Below Expectations (Above expectations indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? El Yes 1 No Was the Landscape Architect responsive? 'Yes No Was the Landscape Architect timely with reviews and submittals? Yes Ell No Did the Landscape Architect effectively resolve issues in a timely manner? ErYes D No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Name of Project Owner: 1�� �•-� �' Name of Project Owner's Representative: Signature of Project Owner's Representative: Title: C., Telephone: 30 - Y6 °-3' S Date:�/r3c �('1 Sincerely, Annie Perez, CPPO Director Procurement Department } E-mail: RFQ-LA-R Revised 8/15/2016 (fill) of .iattii Please utilize the space below, as necessary. Daniel J. Alfonso City Manager RFQ-LA-R Revised 8/15/2016 City of Mtami F R i11011,buui * , ,, 1. Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Landscape Architect (LA), as defined in RFQ No. 16-17-006. Name of Proposer: Curtis & Rogers Design Studio, Inc. Name of Proposed LA: Jennifer Rogers 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: Flagler Streetscape Scope of Work for Referenced Project: Landscape Architectural Services -Streetscape- Hardscape , Softscape Value of Project: $ 13,690,473.76 Value of Construction: $ Approx. $9 million Type of Project: 0 Design -Bid -Build ® CM@Risk 0 Design -Build 0 Other ( Construction completed on time and within budget: 0 Yes No How long did the proposed LA serve in this capacity on this project? 2 3 years Quality of Work: Il Above Expectations 0 Average 0 Below Expectations Errors and Omissions: III Above Expectations 0 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? 0 Yes No Was the Landscape Architect responsive? tl Yes 0 +No Was the Landscape Architect timely with reviews and submittals? Yes 0 No Did the Landscape Architect effectively resolve issues in a timely manner? # : 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 Miami / Downtown Development Authority Name of Project Owner's Representative: Neal Schafers Signature of Project Owner's Representative: Title: Manager Planning, Urban Design & Transportation Telephone: 305.379.6566 Date: 06.22.2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: schafers@miamidda.com RFQ-LA-R Revised 8/15/2016 Cttp of iir rr t Daniel J. Alfonso City Manager Please utilize the space below, as necessary. Good afternoon, My name is Neal Schafers and I work in the Planning, Urban Design & Transportation Department at the Miami Downtown Development Authority (DDA). I have been working with Jennie Rogers on the Flagler Streetscape Beautification & Reconstruction Project for the last two years. We have worked together through numerous meetings and presentations, walked the site many times together and even collaborated on streetscape designs for additional work and change orders. I have always found Jennie and her firm to be highly responsive, hands- on, and easy to work with. Despite the many challenges the project has faced from a construction and underground utility perspective, Jennie has always done an excellent job accommodating the City of Miami CITP staff and construction team, the Engineer of Record (BCC Engineering), the contractor (FHP Tectonics), as well as both the DDA and the Flagler Street Task Force. That's a lot of masters to serve, each with their own differing goals, tactics and personnel. That is no small feat. Finally, her hands-on approach in regards to visiting nurseries and securing the best plant material is quite evident through the first 4 phases of the project, particularly the look and size of the Live Oaks and Date Palms. Therefore, I would recommend Curtis + Rogers for your upcoming project, particularly in regards to landscape architecture design and streetscape design. - Neal Schafers 06.22.2017 RFQ-LA-R Revised 8/15/2016 Signature of Project Owner's Representative: Title: interim Executive Director Cap o ami To Whorn It May Concern: Subject: Reference Letter for Proposer, as defined in RFQ No. 16-17-006. ' .The Fatfriing Section to.'0C0IPPleted Proposer. Daniel J. Alfonso City Manager Name of Proposer Curtis + Rogers Design Studio, Inc. 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: Coconut Grove Streetcape Improvements Following Section tci 4010-0111Pro.,01ctby the Pr - Scope of Work for Referenced Project: Landscape Architecture, Construction and Design Documents Value of Project: $2,600,000 Type of Project: Streetscape Project completed on time and within budget: El Yes El No Project Duration: 5 years If no, was the Proposer at fault or contribute to the delay(s) or increased cost? El Yes 0 No Quality of Services: Above Expectations 0 Average 0 Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) Did the Proposer provide Program Administration Services? 0 Yes El No El Limited Scope Did the Proposer provide Production Management Services? a Yes 0 No El Limited Scope Did the Proposer provide Construction Administration Services? 0 Yes El No Ei Limited Scope Was the Proposer responsive to the Owner? Was the Proposer timely in its reviews and submittals? Yes E3 No 11 Yes El No What Specialty Services did the Proposer perform? Landscape Architecture Please type in the field below to provide comments (Please use the attached additional page, as necessary): First Class Operation Name of Project Owner: Coconut Grove BID Name of Project Owner's Representative: Timothy - 11011 div - Telephone: 305 461 5506 Date: 6/22/2017 Sincerely, Annie Perez, CPPO Director Procurement Depaitment E-mail: director@grovebid.com RFQ-PP-Ft Revised 12/23/2016 Registered Landscape Architect in the State of Florida LA 6667093 AffiliationS Member -The American Society of Landscape Architects International Society of Arboriculture Certified Arborist Awards FLASLA Certificate of Honor Nationally Certified Art Teacher; Florida Education ;tr1 Florida International University Master of Landscape Architecture Master of Art Education Skidmore College Bachelor of Science in Studio Art 2005 - Present Curtis + Rogers Design Studio, Inc. 1992-2005 Miami -Dade Public Schools Miami Edison High School Art Teacher Ms. Rogers earned her Master's Degree in Landscape Architecture, following a notable career as a Nationally Certified fine arts teacher of 16 years, and has been managing projects at C +R for over 10 years. Ms. Rogers has worked on many projects types such as parks/ recreation, transportation, civic, educational and commercial and residential. Ms Rogers has also been an adjunct professor at FIU college of Architecture. Since joining the C + R family, Ms. Rogers has served in all areas of work from design to construction administrator for multiple high -profile projects. Contributing her expertise in habitat and urban design as a Registered Landscape Architect, an ISA Certified Arborist and extensive experience with LEED. Streetscapes - i '; n€s ortation City of Coral Gables - Ponce de Leon Streetscape - North Ponce; Coral Gables, FL City of Miami Flager Streetscape; Miami, Florida City of Miami NE 39th Street Improvements; Miami, Florida Coconut Grove Streetscapes; Miami, Florida Commodore Trail Pedestrian & Bicycle Bridge; Coral Gables, Florida Design District Streetscape; Miami, Florida FDOT- HEFT Widening - Eureka to Killian; Miami, Florida FDOT - Hollywood Gardens Sidewalk Project; Hollywood Gardens, FL FDOT- SR5 - Overseas Highway; Islamorada, FL FDOT - SW 1st Street - Flagler to 5th Avenue; Miami, FL FDOT- US1 - 37th Avenue to Ponce; Miami, FL FDOT-1-595; Broward County, Florida Martin Luther King Jr Boulevard Street Enhancement; Miami, Florida NW 12 Street Linear Park; Miami, Florida NW 3rd Avenue Street Improvement; Miami, Florida Civic Experience Aventura Arts & Curltural Center; Aventura, Florida Broward County Courthouse; Fort Lauderdale, Florida Broward Children's Reading Center + Museum; Davie Florida Broward Health Coral Springs Expansion; Coral Springs, FL City of Homestead Police Facility; Homestead, FL Doral Police Substation; Doral, FL FIU Parking Garages 5 & 6, Miami, Florida Ft. Lauderdale/Hollywood International Airport Terminal 1; Ft. Lauderdale, Florida Frost School of Music; Coral Gables, Florida GSA -FBI Federal office Building; Miramar, Florida Jackson Memorial Hospital South Expansion; Miami, Florida Link @ Douglas Station; Miami, FL Little Haiti Cultural Center; Miami, Florida Miami Dade Mental Health Diversion Facility; Miami, FL Pembroke Pines Civic Center; Pembroke Pines, FL Pinecrest Community Center Expansion; Pinecrest, FL Pompano Beach Library, Pompano Beach, Florida Seventh Avenue Transit Village; Miami, FL South -Dade Water Reclamation Plant; Miami, Florida Park E. x pe r i e !' 7 e Bayfront Park Capital Improvement Plan; Miami, Florida Camp Matecumbe Park; Miami -Dade, Florida Foster Park; Hallandale Beach, FL Gibson Park; Miami, Florida Melreese Golf Melreese Golf Course Clubhouse and Restaurant; Miami, Florida The Modern Dog Park; Miami, FL CUi T IS + RO;aE! DESK'G S'VUDIO, 11�1C Request for Qualifications Qualifications of Proposed Urban Designer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposers Proposal served as the Urban Designer, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFP-UD-R must be completed for each RFQ-UD Form submitted. RFQ No.:16-17-6 RFQ Title: SW Streetscape and Street Tree Master Plan Services Name of Proposer: Curtis + Rogers Name of Proposed Urban Designer: Local Office Landscape and Urban Design Walter Meyer Name of Project: Arverne View Resiliency Address of Project: 57-17 Shore Front Pkwy, Arveme, NY 11692 Name of Project Owner: Arverne Preservation LLC Project Owner Contact Name: Josh Haggarty 646-527-7229 jhaggarty@lmdevpartners.com Project Owner Contact Telephone No.: Project Owner Contact E-mail address: Brief Scope of Project (additionaspace provided): Design of resilient systems and landscape improvements resulting in a comprehensive resilient l systems scope for the Arveme View buildings and site. Value of Design Fees (if applicable): Awarded: $ 59,958-8° Basis for Difference in Value: nla Actual: $159,958-80 N/A D Value of Construction (if applicable): Awarded: 1,810,400.00 Actual: 1,810,400.00 N/A El Basis for Difference in Value: Ilia Project Completion (no. of calendar days): Projected: 36° Actual: 360 N/A El Type of Project: EZl Design -Bid -Build El Design/Build El cm@Risk El Other (specify): LEED or Green Globe Certified Project: 0 Yes 10 No if yes, level of Certification: Was work performed a employee of the Proposer? El Yes El No RFQ-U0 Request for Qualifications Quail 'cations of Proposed Urban Designer Please utilize the• space below, as necessary, LOCALOFFtCE LANDSCAPE & URBAN DESIGN ARVERNE VIEW RESILIENCY ARVERNE, NEW YORK Local Otiic was asked to work on the Arvernet View Resilitnisy project as part of a want received by Arveroe Preservation LLC, in the wake of Hurricane Sandy. Local Office approached Arverne View by foaming on three resiliency vectors: surgy protection, rairtilli management and elevated growidwarer ill2flagernent. Rather that a whole landscape mdesign, local Office chose a focused and strategic approach? &DAVAO manage rainfall and groundwater ponding where landscapes bad previously featured raised contours than ihoed lower ftAdlWayS with runoff: A robust dune planted with haltipliiitc species both mitigates salt.hearing summertime breezes while buffering the complex (rum r he surge of ti mire Sandy - like worm evertrat Large, full-t,grown, hardy, Mainortativet tretns pitured near etch other in between buildings (within gaps char patty acted as wind corridors) interrupr the desk:oral% vortices of winter airflows that bethre hail passed unimpeded, breaking branches and drying our vegerigion. The end result is a complex char is hater able co handle both every:lay rainfallwith a minimum of surface accurnitlarion. is significantly protected from storms' SZI stow and winh and mks on robust native SfIZAV4for protection? bonny and comfort. INFILTRATION ZONE EX, -WING CONDITION PROPOSED INTERVEN-11ON •L. PROJECT REFERENCE Josh Haggarcy ta 646.527-7229 illagarry@lindcvpattncrs.com SALT ZONE PROT ECTNE P-LANT!NGS EX6-liNG coNDo: top4 PROPOSED INTERVENTION FFQ-LJD Request for Qualifications Qualifications of Proposed Urban Designer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Urban Designer, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFP-UD-R must be completed for each RFQ-UD Form submitted. RFQ No.:16-17-006 RFQ Title: SW Street ape and Street Tree Master Plan Services Name of Proposer: Curtis + Rogers Name of Project: Mayaguez Parque del Litoral Address of Project: Mayaguez, Puerto Rico Name of Proposed Urban Designer. Local Office Landscape and Urban Design Walter Meyer Name of Project Owner: City of Mayaguez Project Owner Contact Name: Luis Camel°, Project Architect 787.220.8633 luiscamano@yahoo.com Project Owner Contact Telephone No.: Project Owner Contact E-mail address: Brief Scope of Project (additional space provided): A miles -long waterfront park providing coastal resiliency, sustain - ability through phytoremediation as well as creating a flexible multi -use park / passive recreation space. Value of Design Fees (if applicable): Awarded: $80,°°0 Basis for Difference in Value: Ilia Actual: $80,000 NIA Value of Construction (if applicable): Awarded: $12,000,000 Basis for Difference in Value: n/a Actual: 2,000,000 N/A 0 Project Completion (no. of calendar days): Projected: 540 Actual: 540 N/A E3 Type of Project: 0 Design -Bid -Build El Design/Build El cm@Risk El Other (specify): LEED or Green Globe Certified Project: El Yes No If yes, level of Certification: performed as an employee of the Proposer? 0 Yes J N RFQ-UD Request for Qualifications Qualifications of Proposed Urban Designer Please utilize the space below, as necessary. LOCALOFRCE LANDSCAPE & URBAN DESIGN PARQUE DEL LITORAL MAYAGUEZ, PUERTO RICO The largest urban waterfront park project in Nato Rico's history, the Parque del Liroral Transtbrms a derelict strip of city land along the Caribbean S. The park Transformed the post- industrial shore into a dune forest that. protects the city from sat surges, while phytoremediation wetlands protect the sea front the city's pollution. The. dc-,:ign was endorsed by the Caribbean TAillarlli Information Centre. for coastal resiliency, and the project garnered an Award of Honor from theALVPuetto Rico and the Premier Ohms CENIEX fOr Sustainable tnfrastructute. At a time when many are chinking and 'writing about coastal resiliency, this $55M project stands as a built precedent drat has stood the test alive hut -dame seasons, PROJECT REFERENCE 'Luis Camano, Project Architect tel 787.220.8633 . • ; • • • •-- RFQ-U0 Request for Qualifications Qualifications of Proposed Urban Designer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposers Proposal served as the Urban Designer, as defined in the RFQ, for the stated project/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFP-UD-R must be completed for each RFQ-UD Form submitted. RFQ No.:18-17-°08 Name of Proposer: Curtis + Rogers Name of Project: Miami Grand Central Park Address of Project: Miaml' FL RFQ Title: SW Streetscape and Street Tree Master Plan Services Name of Proposed Urban Designer: Local Office Landscape and Urban Design Walter Meyer Name of Project Owner: Omni / Park West Redevelopment Associatior Project Owner Contact Name: Mark Lesniak, Project Manager 786.202.0530 marklesniak@gmail.com Project Owner Contact Telephone No.: Project Owner Contact E-mail address: Brief Scope of Project (additional space provided): A pop-up park, the largest in the US, conceived as a catalyst for revitalization of a blighted Miami neighborhood and designed for maximum flexibility: farmer's markets, concerts, etc., and passive recreation. Value of Design Fees (if applicable): Awarded: PRO BONO Actual: PRO BONO NIA Basis for Difference in Value: nia Value of Construction (if applicable): Awarded: $300 Actual: $300,000 N/A El Basis for Difference in Value: n/a Project Completion (no. of calendar days): Projected: 180 Actual: 180 N/A E3 Type of Project: El Design -Bid -Build 0 Design/Build 0 CM©Risk El Other (specify): LEED or Green Globe Certified Project: 0 Yes 0 No tf yes, level a Certification-. Was vork performed as an employee of the Proposer? El Yes Lj No By: natu e of Authorized Officer P n d Name Dat RFQ-UD Request for Qualifications Qualifications of Proposed Urban Designer Please utilize the space below, as necessary, LOCA OFFICE LANDSCAPE & URBAN DESIGN MIAMI GRAND CENTRAL PARK MIAMI, FLORIDA Miami Grand Central Park offered a new model fur privately -held [titbit,: spice on the blighted former Ivtiarni Hear Arent site in downtown Miami. At five acres, the largest pop-up park in the United Stares WaS conceived as a multi- use rapidly transformable. open platform fix community and cultural eVCIIIS. During the planned two year lire cycle, the park launched a firde-known downtown neighborhood into rite vibrant Nairn/ arcentcna1zing iJscare appreciarion in a previously neglected area. Park construction also created green lobs for !mt residents, while a grassr.nots antithoinelessnm plogram offered. employment and training ar the park sire, Grand. Central 'Park was designed for maximum flexibility. A day could begin with a farmers' marker in the morning shifting ro revenue- g,enerating overflow parking during the work day. Irnpmmpnt ;01.1.1Sa concerts or lecturer in the evenings coukl ilow seamlessly into drive,in and bike -in movie theater pmgraluttring at night., Permanent inneniries including paths, benches anti a sculpture garden created III/lcivrieeded passive recreation space for the downtown district. Operationally; the sire WIIS designed For financial and infrastruitutral independence, caralyzing change rather than creating a financial burden ro the city. Plantings recall the native habitar that existed before the city of N'tiarlli was developed, Rubble from rhe former arena was recycled ro form a superscale bernif organizing the sire Bypassing the need for ciry tearer or storm sewers, al/ rainwater was ntpcured and cleaned for irrigarion. Conscruction of the two-year temporary installation for Miatiai Grand Cenci -al Park was completed in 2012, and the park was demolished to make way Ihr development of the site in 20 5, PROJECT REFERENCE ivfark Lesitiak, Project Manager tel 786.20 2,0530 rIrJZrQdEsswpmc LAWN, t55.Lkmr.V1i...0vg .ROAt.Padt4 nrfeWE r= - _ '''..te;!:,,,,y4i34-ikA*2. w:TeR tomgvr .t;Aqat-:-4 RFQ-UD City o Altatni Daniel J. Alfonso City Manager To Whom It May Concern: Subject; Reference Letter for Urban Designer (UD), as defined in RFQ No. 16-17-006. e Following Section ;to be Competed by the Pm see, Name of Proposer: CURTIS + ROGERS Name of Proposed UD: LOCALOFF JAP AND URBAN DF,S1G N 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: ARVERNE VIEW LANDSCAPE RESILIENCY IMPROVEMENTS Following Section t be Completed by the PrejeCt Owner. Scope of Work for Referenced Project: See Value of Project: $159,958.80 nd Page. Type of Project: Design services and construction administration Project completed on time and within budget: Yes No Project Duration: 13 months (and counting) If no, was the Proposer at fault or contribute to the delay(s) or increased cost? CI Yes D No Quality of Services: El Above Expectations El Average Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) Did the Proposer provide Program Administration Services? Ei Yes No Cl Limited Scope Did the Proposer provide Production Management Services? C3 Yes 10 No JJ Limited Scope Did the Proposer provide Construction Administration Services? 123 Yes D No E] Limited Scope Was the Proposer responsive to the Owner? Was the Proposer timely in its reviews and submittals? What Specialty Services did the Proposer perform? yes Na 10 Yes 10 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): I highly recommend Local Office for the project - their entire team is knowledgeable, reliable, and a pleasure to work with. If you have any further questions with regard to this project, please do not hesitate to contact me. Name of Project Owner: Arverne Preservation LLC Name of Project Owner's Representative: Joshua Haggerty Signature of Project Owner's Representative: 41--- Title: Project Mananger Telephone: 646527-7229 Date: 6/22/2017 Sincerely, Annie Perez, CPPO Director Procurement Department jhaggarty@lmdevpartners.com RFQ-LJD-R Revised 8/15/2016 Cttp ofil+iiaflu , 4., . .48.„ Pleaseutilize the space below, es nacess Daniel J, Al'onso City Manager Scope of Work for Referenced Project: Scoping and design of flood protect on and stormwater managementandscape, planted surge protection zone, and elevation of surge protection zone. RFQ-UO-R Revised B115/2016 Cttp of jftftiami Daniel J. Alfonso City Manager To Whom ItMay Concern: Subject: Reference Letter, for Urban Designer (UD), as defined in RFQ No. 16-17-006. e Fr:Mowing. Section to be Competed by the Proposer. Name of Proposer. CURTIS + ROGERS Name of Proposed UD: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN The above referenced Proposer is responding to a Request for Qualifications (RR)) 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: MAYAGUEZ PARQUE DEL LITORAL Theo reOMPletedbY Scope of Work for Referenced Project: Rehabilitation of ecological and landscape of public space infraestructure Value of Project: $ i2rn Type of Project: 1,2 miles Urban Waterfront Park reahabilitation in the city of Mayaguez Project completed on time and within budget: 0 Yes 0 No Project Duration: 12 month If no, was the Proposer at fault or contribute to the delay(s) or increased cost? CI Yes C] No Quality of ervices El Above Expectations D Average 0 Below Expectations (Above expectations means there were fewei errors and omissions than anticipated) Did the Proposer provide Program Administration Services? 0 Yes 0 No 0 Limited Scope Did the Proposer provide Production Management Services? 0 Yes 0 No El Limited Scope Did the Proposer provide Construction Administration Services? 0 Yes 0 No fl Limited Scope Was the Proposer responsive to the Owner? Was the Proposer timely in its reviews and submittals? 0 Yes 0 No Yes El No What Specialty Services did the Proposer perform? Landscape Consultan Please type in the field below to provide comments (Please use the attached additionalpage, as necessary): An office conceptually strong and cornimitment to quality work with the integration between architecture and urban landwane Name of Project Owner: Bonnin Orozco Arquitectos Name of Project Owner's Representative: Arch. Luis Camano Signature of Project Owner's Representative: Title: Project Manager, Telephone: 787 220 8633 Date: 6/22/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: luisc riano@yahoo,com,luiscarnano il.com RFQ-UD-R Revised 8/16/2016 ffitaint To Whom It May Concern: Subject: Reference Letter for Urban Designer (UD), as defined in RFQ No. 16-17-006. Daniel J. Alfonso City Manager he Following Section to be Cbmpieted b the Proposer. Name of Proposer: CURTIS + ROGERS Name of Proposed UD: LOCAL OFFICE LANDSCAPE AND URBAN DESIGN 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: MIAMI GRAND CENTRAL PARK Scope of Work for Referenced Project: Landscape archite ure and design. Value of Project $300000 Type of Project: Park space. Temporary use of vacant and abandoned land. Project completed an time and within budget: El Yes 13 No Project Duration: 2 years If no, was the Proposer at fault or contribute to the delay(s) or increased cost? 0 Yes 0 No Quality of Services: Above Expectations 0 Average 0 Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) Did the Proposer provide Program Administration Services? 0 Yes n No 0 Limited Scope Did the Proposer provide Production Management Services? El Yes 0 No 0 Limited Scope Did the Proposer provide Construction Administration Services? E3 Yes 0 No 0 Limited Scope Was the Proposer responsive to the Owner? la Yes CI No Was the Proposer timely in its reviews and submittals? 0 Yes 0 No What Specialty Services did the Proposer perform? Public space making Please type in the field below to provide comments (Please use the attached additional page, as necessary): Grand Central Park was a first of kind project in the U.S. It attracted thousands of people owntovvn Miami for concerts and festivals. Name of Project Owner: Omni Parkwest Redevelopment A no long Name of Project Owner's Representative: Ma Signature of Project Owner's Representative: Title: Director Telephone: 786-202-0530 Date: 6/23/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: mark@urbanimplementation.com RFQ-10-R Revised 8/15/2016 eitp of f+Itaini Daniel J. Alfonso City Manager Please utilize the space below, as necessary. Dear Distinguished Reviewers; Walter and Local Office Landscape and Urban Design performed above and beyond anyone's expectations. Grand Central Park was, to my knowledge, the first temporary park on private property in Miami and, at the time, the largest pop-up park in the U.S. From our first meeting, Walter and his team understood the unique and challenging design parameters that had to be met in order for Grand Central Park to be possible. We had to re -use, not remove, hundreds of cubic yards of debris; meet a tight budget with no margin for error; in a completely untested way. The space also had to be suitable for large- scale events in order to cover maintenance and operation of the park. Walter's suggestions and guidance helped make the project a success. it would not have happened without his expertise. The resulting design for Grand Central Park was a sloping berrn (at its summit, one of the highest point in Downtown Miami at 16 feet above sea level), that framed the skyline from the highground looking out to the Freedom Towner. From the air, a series of pathways transformed the berm into a crashing wave. Along the berm a microhabitat explaining each of the Pre - Colombian era habitats of Miami Dade. Working with Waiter we accomplished what should have easily cost Si million or more within a mere $300,000 design / build budget. Hi is absolutely the best candidate for the design firm. He is a pioneer in the field, a Miami native, and a colleague. e nia n Implementation LLC Director, Omni Parkwest Redevelopment Association (no longer active) RFQ-UD-R Revised 8/15/2016 LOCALOFFICE LANDSCAPE & URBAN DESIGN WALTER MEYER, LEED-AP FOUNDING PRINCIPAL Walter founded Local Office Landscape and Urban Design with Jennifer Bolstad in 2006. Their work includes the Parque del Litoral, in Mayaguez, Puerto Rico, site of the 2010 Central American Games. This project won the 2010 AIA Honor award in Puerto Rico; it is the first implementation of phytoremediation technology at the scale of an entire city. Walter was recognized in Washington DC by the Congressional Hispanic Caucus for "leadership and innovation in the green economy". Walter has taught at the Graduate School of Ar- chitecture, Planning and Preservation at Columbia University, the Pratt Institute, and Parsons The New School for Design. After Hurri- cane Sandy, the firm partners started `Power Rockaways Resilience,' a non-profit dedicated to fundraising and delivery of solar generators to volunteer centers throughout the coastal Rockaway peninsula in Queens, NY. Currently, Local Office is advising the National Parks Service, the New York City Department of Parks and Recreation, and the Army Corps of Engineers on coastal resiliency in New York. education Master in Landscape Architecture and Urban Design, 2003 Harvard University Graduate School of Design, Cambridge, MA Bachelor of Landscape Architecture, 1998 College of Architecture, University of Florida, Gainesville, FL experience and selected projects Part-time Lecturer, 2014 to present, The School of Constructed Environments, Parsons/New School for Design, New York, NY Visiting Assistant Professor, 2013 to 2014, Resiliency Adaptation Mitigation and Planning (RAMP) Program, Pratt Institute, Brooklyn, NY Adjunct Assistant Professor, 2013-2014, Columbia University Graduate School of Architecture, Planning and Preservation Founding Principal, August 2006 to present Local Office Landscape and Urban Design, Brooklyn, NY Miracle Mile Streetscape, Coral Gables, Florida West Village Houses Site and Landscape Master Plan, New York, New York Arverne East Urban Design and Infrastructure Plan, Arverne, New York Miami Grand Central Park, Miami, Florida Doral Park Pavilion, Doral, Florida Urban Designer, January 2004 to July 2009 Cooper, Robertson and Partners, New York, NY Tuxedo Park Master Plan and Ecological Plan, Tuxedo, NY The Islands Club Resort Master Plan and Ecological Plan, Antigua, West Indies Harvard Allston Campus Master Plan, Cambridge, MA Miami Museum Park, Miami, FL Landscape Designer, August 1998 to August 2001 Wallace Roberts & Todd, Miami, FL Gaines Street Urban Design Guidelines, Tallahassee, FL Georgia Tech Campus Master Plan, Atlanta, GA Florida Keys Carrying Capacity Study, FL Streetscape and Beachfront Boulevard, Ocean City, MD selected lectures, publications and awards "Resiliency for the City and the Sea," Topos: International Review of Landscape Architecture and Urban Design 87, 2014 Solar Consultant, 'Your waste of time,' by Olafur Eliassion, MoMA/PS1 Expo 1, May 2013 "Community and Coastal Resiliency," MoMA/PS1 VW Dome 2, May 2013 White House Hurricane Sandy `Champion of Change' Award, April 2013 `Creating Resilient Cities' (GSD 5342) Workshop, Harvard Graduate School of Design, February 2013 2010 AIA Puerto Rico Honor Award, Parque del Litoral, Mayaguez, PR 2010 Cemex Award for Sustainable Infrastructure, Parque del Litoral, Mayaguez, PR 2010 Washington DC Congressional Recognition for `Leadership and Innovation in the Green Economy' "Sustainability and Ecology: Sand dunes, beach mice, turtles and a coastal community," Columbia University GSAPP, April, 2009 2008 NYASLA Merit Award, Garden between City and Sea, Arverne, NY Meyer, Walter. "Supernatural Urbanism". Cambridge: Harvard, 2003 Meyer, Walter. "Planning in Paradise: Urban Redevelopment Honolulu Hawaii". Cambridge: Harvard, 2003 TEAM RESUMES 2 Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Environmental Specialist, as defined in the RFQ, for the stated projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be completed, for each Form RFQ-ES that is provided. RFQ No.:16 17 006 Name of Proposer: Curtis + Rogers Design Studio Name of Project: Miami Beach Tree Inventory Address of Project: City-wide RFQ Title: SOUTHWEST (SW) STREETSCAPE AND STREET TREE MASTER PLAN SERVICES Name of Proposed Environmental Specialist:E Sciences Name of Project Owner: Miami Beach Project Owner Contact Name: Mark Williams (former), Margarita Wells (curre Project Owner Contact Telephone No.: 954 828 5785I (305) 673 70la Project Owner Contact E-mail address: mawilliams@fortlauderdale.gov miff ide tree inventory of trees within city ROW, parks and roadways Brief Scope of Project (additional space provided): City-w Value of Design Fees (if applicable): Awarded: Actual: N/A Basis for Difference in Value: Value of Construction (if applicable): Awarded: Actual: N/A [ Basis for Difference in Value: Project Completion (no. of calendar days): Projected: Actual: N/A Type of Project: ElDesign-Bid-Build0 Design/Build 0 CM@Risk 9 Other (specify): natural resources mapping LEED or Green Globe Certified Project: El Yes El No If yes, level of Certification: Was work performed as an employee of the Proposer? D Yes El No By: t.,,, Signature of Authorized Officer June 13, 2017 Date Justin Freedman Associate, Senior Scientist Printed Name Title RFQ-ES Request for Qualifications Qualifications of Proposed Environmental Specialist Please utilize the space below, as necessary. RFQ-ES Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Environmental Specialist, as defined in the RFQ, for the stated projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be completed for each Form RFQ-ES that is provided. RFQ No.:16-17-006 RFQ Title: SOUTHWEST (SW) STREETSCAPE AND STREET TREE MASTER PLAN SERVICES Name of Proposer: Curtis +Rogers Design Studio Name of Proposed Environmental Specialist:E Sciences Name of Project: Mount Dora Tree Inventory and Urban Forestry Consulting Address of Project: City-wide Name of Project Owner: Mount Dora Project Owner Contact Name: John Peters Project Owner Contact Telephone No.: 352-735-7155 Project Owner Contact E-mail address: Peters)@ci.mount dora.fl.us Brief Scope of Project (additional space provided): City-wide tree inventory and urban forestry consulting Value of Design Fees (if applicable): Awarded: Actual: N/A Basis for Difference in Value: Value of Construction (if applicable): Awarded: Actual: N/A Basis for Difference in Value: Project Completion (no. of calendar days): Projected: four months Actual: four months N/A Type of Project: D Design -Bid -Build El Design/Build 0 CM@Risk I'j Other (specify): natural resource mapping and urban forestry consulting LEED or Green Globe Certified Project: Ej Yes El No If yes, level of Certification: Was work performed as an employee of the Proposer? 0 Yes No By: Signature of Authorized Officer Date Justin Freedman June 13,2017 Associate/Senior Scientist Printed Name Title RFQ-ES Request for Qualifications Qualifications of Proposed Environmental Specialist Please utilize the space below, as necessary. RFQ-ES Request for Qualifications Qualifications of Proposed Environmental Specialist Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Environmental Specialist, as defined in the RFQ, for the stated projects/phases. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Proposal being rejected as non -responsive. Reference Form RFQ-ES-R must be completed for each Form RFQ-ES that is provided. RFQ No.:16 17 006 Name of Proposer: Curtis + Rogers Design Studio Name of Project: Sullivan Park Improvements RFQ Title: SOUTHWEST (SW) STREETSCAPE AND STREET TREE MASTER PLAN SERVICES Name of Proposed Environmental Specialist:E Sciences Address of Project: Riverview Rd, Deerfield Beach, FL 33441 Name of Project Owner: Deerfield Beach Project Owner Contact Telephone No.: 954.480.4317 Project Owner Contact Name: Kris Mory Project Owner Contact E-mail address: KMory@deerfield-beach.com Brief Scope of Project (additional space provided): Redevelop city park, including day docks and kayak dock 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: El Design -Bid -Build 0 Design/Build CM@Risk Other (specify): LEED or Green Globe Certified Project: ID Yes No If yes, level of Certification: Was work performed as an employee of the Proposer? 0 Yes El No By: � —•. June13,2017 Signature of Authorized Officer Date Justin Freedman Associate/Senior Scientist Printed Name Title RFQ-ES Request for Qualifications Qualifications of Proposed Environmental Specialist Please utilize the space below, as necessary. RFQ-ES ((Zap et ftliami Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Environmental Specialist (ES), as defined in RFQ No, 16-17-006. Th Following Section la be Completed by the Proposer. Name of Proposer: Curtis + Rogers Design Studio Name of Proposed ES: E Sciences, Inc, 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. Name of Project: City of Miami Beach Tree Inventory 0 owing Section to be ompIeted by the Project,Owncr. Scope of Work for Referenced Project: Street and ROW tree inventory Value of Project: $292,916 Value of Construction: $NA ( Type of Project: Design -Bid -Build cm@Risk 0 Design -Build 3 other (resource assessmer Construction completed on time and within budget: 0 Yes CI No How long did the proposed ES serve in this capacity on this project? For the entire project duration. Quality of Work: 0 Above Expectations 0 Average 0 Below Expectations Errors and Omissions: 0 Above Expectations 9 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? 0 Yes 0 No Was the ES responsive? Was the ES timely with reviews and submittals? Did the ES effectively resolve issues in a timely manner? 0 Yes 9 No 0 Yes 0 No Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): E-Sciences completed the project on time and on budget. The final product was professionally presented and accomplished all of the goals set out for the project. The staffwork and turn around time was outstanding, and !would definitely use E-Sciences again for similar tree Inventory related work. Name of Project Owner: city of toiami Beach Name of Project Owner's Representative: Mark Signature of Project Owner's Representative: Title: Urban Forester (previous position) Wilflams \.itilkiitat Telephone: 954-828-578S Date: 6/9/17 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: mawilliarns@fortlauderdalegov RFQ-ES-R Revised 8/15/2016 QEitp of ftlianti Please utilize the space below, as necessary. Daniel J. Alfonso City Manager RFQ-ES-R Revised 8/15/2016 Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Environmental Specialist (ES), as defined in RFQ No. 16-17-006. :ollowjng Section to be Completedby the Proposer. Name of Proposer: Curtis + Rogers Design Studio Name of Proposed ES: E Sciences, Inc. 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. Name of Project: Mount Dora Tree Inventory be Cornplet Project Scope of Work for Referenced Project: City-wide GPS tree inventory and urban forestry consulting ,460 Value of Project: $72 Value of Construction: $NA Type of Project: El Design -Bid -Build 0 CM@Risk 0 Design -Build 0 Other (urban forestry consulting Construction completed on time and within budget: Ell Yes 0 No How long did the proposed ES serve in this capacity on this project? Six months Quality of Work: EJJ Above Expectations 0 Average 0 Below Expectations Errors and Omissions: Above Expectations 01 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? Was the ES responsive? Was the ES timely with reviews and submittals? Did the ES effectively resolve issues in a timely manner? El Yes 0 No 0 Yes El No Yes 0 No Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Mount Dora is a unique Community with extreme Public engagement in the field. E-Sciences did an incredible job with the Public in their interactions. Resulting in significantly less Inquiries into our office. Name of Project Owner: City of Mount Dora Name of Project Owner's Representative: John A. Peters, Ill, PE Signature of Project Owner's Representative: Title: Public Works & Utilities Director Telephone: 386-490-2522 Date: June 13, 2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: etersj cityo ountdora.com RFQ-ES-R Revised 8/15/2016 CO of lam 51.,'i 4' 'V `a ?,t • • ttt 141,11 ' * R Daniel J. Alfonso City Manager To Whom It May Concern: Subject; Reference Letter for Environmental Specialist (ES), as defined in RFQ No, 16-17-006. Foliowing Section to be mop e e Name of Proposer: Curtis + Rogers Design Studio Name of Proposed ES: E Sciences, Inc. Proposer. 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. Name of Project: Sullivan Park Improvement Project ectiorcto brtibletbd b Scope of Work for Referenced Project: environmental design . tole Value of Project: $ Value of Construction: $$3,900,000 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 ES serve in this capacity on this project? 3 Years Quality of Work: 0 Above Expectations El Average 0 Below Expectations Errors and Omissions: Q 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? Was the ES responsive? Was the ES timely with reviews and submittals? Did the ES effectively resolve issues in a timely manner? El Yes 0 No O Yes D No O Yes Ell No 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 Deerfield Beach Name of Project Owner's Representative: Kris Mory Signature of Project Owner's Representative: Title: Director of Economic Development Telephone: 954-480-4317 Date: 6/13/17 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: kmory@dee el beach.com RFQ-ES-R Revised W1512016 ENGINEEMN !1]Ice Justin Freedman, MS Senior Scientist Mr. Freedman is an experienced environmental professional serving public and private clients throughout the State of Florida. He specializes in environmental review of transportation related projects through all phases of the project (planning, design, permitting, construction and post -construction monitoring), Mr. Freedman has conducted NPDES and permit compliance inspections of FDOT assets, and mitigation and maintenance monitoring for dozens of FDOT constructed sites. He has assisted with the permitting of numerous FDOT projects and has written more than 100 NEPA memos for minor transportation projects and technical documents for PD&E Studies and Reevaluations. Mr. Freedman is also an advanced diver with extensive experience conducting benthic resource surveys. Mr. Freedman also specializes in municipal consulting and has provided plan review, landscape inspection, environmental assessments, expert witness, permitting, ordinance development, street tree inventory, canopy assessments, carbon sequestration analysis and wildlife permitting services to municipalities throughout south Florida, He has also conducted numerous studies related to climate change and sea level rise and was involved with the preparation of the Broward County Climate Change Action Plan. Project Experience City of Mount Dora Tree Inventory, Lake County, Florida — E Sciences conducted a street, park and right-of-way tree inventory for the City of Mount Dora. The City was most interested in minimizing risk while preserving the city's historic downtown tree canopy. Mr, Freedman was the project manager for this project, Education M.S., Nova Southeastern University, 2010 B.A., Biology, Tufts University,1997 Professional Licenses i Certificai' Certified Arborist, FL 5488A Tree Risk Assessment Qualification (IS/ FDEP CertifiedErosion and Sediment Control Inspector and Instructor Certified Manatee Observer PADI Advanced Open Water, Enriched Air Certified Diver Certified Landscape Inspector Certified Green Industries Best Management Practices Instructor Certified in Advanced Maintenance of Traffic Years of Experience 14 City of Miami Beach Street Tree Inventory, Miami -Dade County, Florida — Mr. Freedman managed six phases of street tree inventory/health assessment for the City of Miami Beach; to date more than 30,000 trees to date. The assessments include health and structure evaluations, identification of utility conflicts, pruning recommendations, and general risk evaluations. The resulting GPS data will be used to generate a GIS tree database which the City can then use as a tool for managing urban forest resources in this particular community. The results of this analysis may then be used to develop the framework for a City-wide GIS tree database. Mr. Voelker performed the entire GPS inventory and created the resulting GIS tree database. Town -Wide GPS Tree Inventory and Canopy Analysis, Town of Surfside, Miami -Dade County, Florida — The Town of Surfside wanted to collect data on its urban tree canopy, including trees managed by the Town and private trees. They engaged E Sciences to conduct a GPS-based inventory of trees and palms within Town right-of-way tree, including street and municipal property trees and palms. This phase of the project identified 2,500 trees. To assess the Town's entire canopy, including private trees and palms, E Sciences utilized the i-Tree Canopy software to analyze the Town's canopy coverage and the environmental services provided by the Town's trees. Mr. Freedman served as project manager for this project. Venetian Islands Infrastructure Improvement Arborist Services, City of Miami Beach, Miami -Dade County, Florida — Mr. Freedman was project manager for the arborist services conducted on this infrastructure improvement project. The project consisted of reviewing an existing tree survey and proposed infrastructure plans to identify potential conflicts between existing trees and proposed infrastructure. E Sciences performed field visits to identify and mark potential conflict trees. The field visits involved coordination with the contractor to determine the limits of construction and verify if particular trees would be impacted based upon proposed construction methods, Pending these field visits, E Sciences generated a tree conflict plan to assist the design consultant to incorporate these considerations. Justin Freedman, MS Page 2 Shenandoah Community, Design -Build for Water Main Conversions, Miami -Dade Water and Sewer Department, Miami -Dade County, Florida — Mr. Freedman provided project management and technical oversight on the arborist services conducted for this project. This project included conducting an arborist assessment of existing trees in potential conflict with proposed water main and service line replacements. This assessment included extensive coordination with the design engineer to identify measures to avoid and minimize tree impacts. The arborist assessment was completed in support of a tree removal permit application prepared and submitted to the City by E Sciences. City of Tampa Continuing Arborist Services, Hillsborough County, Florida — Mr. Freedman serves as an arborist and urban forestry consultant for the City of Tampa. Projects have included: Bayshore Boulevard Arborist Assessment: E Sciences assessed trees within the Bayshore Boulevard right-of-way proposed to be impacted by bike lane construction and an assessment of trees on the Hillsborough Canal Bridge. Work included preparing an assessment report, reviewing plans and coordinating with City and design consultants on designs to minimize impacts to large, historic oak trees within the median. Hillsborough Dam Arborist Assessment: E Sciences assessed mature ten oak trees growing on the embankment dam on the Hillsborough River. Bayshore Beautiful Neighborhood Arborist Assessment: The City of Tampa proposes to improve pavement conditions within the Bayshore Beautiful neighborhood. There is concern that the work will impacts mature oak trees that the neighborhood values. E Sciences assessed these trees and recommended protection measures to minimize impacts to these trees. Street Tree Inventory, City of Coconut Creek, Broward County, Florida — E Sciences conducted a street tree inventory for the City of Coconut Creek. Work included inventorying approximately 10,000 trees within the City's communities, Mr. Freedman served as project manager for this project. Village -wide Tree inventory, Village of Palmetto Bay, Miami -Dade County, Florida — E Sciences conducted a street tree inventory for the Village of Palmetto Bay. Work included inventorying approximately trees along the City's roadways, parks and municipal buildings communities, which included approximately 35,000 trees. Mr. Freedman served as project manager for this project. Tree Inventory and Management Plan, City of Lake Worth, Palm Beach County, Florida — E Sciences conducted a street tree inventory for the City of Lake Work and developed an urban forest management plan. Work included inventorying approximately 8,000 trees within the City's roadways and parks and conducting canopy assessments for three different years. Mr, Freedman served as project manager for this project. City of Key West City Hall Arborist Assessment, City of Key West, Monroe County, Florida — The City of Key West is relocating its City Hall facilities to the site of the former Glynn Archer Elementary School at 1300 White Street, In support of landscape and architectural design efforts, Mr. Freedman conducted an assessment of the approximately 65 trees at the site. The purpose was to assess the health and condition of the trees at the site, and to provide recommendations for preservation, transplantation and/or removal and replacement associated with the new design and in accordance with the City's municipal code. FDOT Statewide Arborist Services, Florida — Mr. Freedman conducted review of vegetation management plans and applications for vegetation removal associated with billboards along state roads, including review of illegal cutting activities. Citywide Arborist Services, City of Dania Beach, Broward County, Florida (2010) — Work for this project was performed under a continuing services contract and involves serving as the City Arborist for Dania Beach, Activities included reviewing tree removal license applications including coordinating license requirements with citizens and approving removal applications. Other tasks included reviewing landscape plans submitted as part of Site Development Plans submitted to the City for proposed developments. Canopy / Carbon Sequestration Analysis, Keep Manatee Beautiful, Manatee County, Florida — Mr. Freedman performed land cover analysis of Manatee County for two different study years, comparing canopy cover and quantifying the environmental benefits performed by the canopy for each of the County's municipalities and its unincorporated areas. Justin Freedman, MS Page 3 Urban Forest Canopy and Vegetation Analysis, South Florida Audubon Society, Town of Davie, Broward County, Florida — For this project, Mr. Freedman designed and managed a town -wide vegetation sampling project to analyze the extent and structure of the town's urban forest canopy. Services included randomly generating sample plots, coordinating site access, managing field data collection and data entry, analysis of data and reporting. This project also included quantifying the environmental benefits services being provided by the Town's urban forest canopy and design of signage placed at Town Hall that educates residents on the value of the services being provided by the Town's trees. Canopy Analysis, City of Miami Beach, Miami -Dade County, Florida (2014) — Mr. Freedman served as the project manager for this canopy analysis project for the City of Miami Beach. Using i-Tree Canopy, he and his team estimated the canopy coverage for the City's urban forest, as well as percentage of available space remaining within the City for additional tree planting. Mr. Freedman developed a one -page brochure for public education documenting the information from the study. Street Tree Inventory, City of Miami Beach, Miami -Dade County, Florida (2013) — Mr. Freedman served as the project manager for two phases of street tree inventory for the City of Miami Beach. The two phases encompassed the Normandy Shores and Normandy Isles neighborhoods. Arborist Assessment, Venetian Islands, Miami Beach, Miami -Dade County, Florida — Mr, Freedman served as the project manager for this contract, which consisted of identifying and marking trees that would be required to be removed in association with an infrastructure improvement project on San Marino, Di Lido and Rivo Alto Islands. Work included review of proposed plans, field assessment and coordination with the design and City staff. Municipal Tree Inventory, City of Doral, Miami -Dade County, Florida — Mr. Freedman conducted a tree inventory for two City parks — Doral Meadows and Morgan -Levy - locating trees using sub -meter GPS. He prepared GIS-based maps depicting the locations of the trees over aerial photographs, Cypress Bend IV Code Violation Settlement, City of Pompano Beach, Broward County, Florida — For this project, Mr. Freedman provided arboricultural expertise for the negotiating of a code violation settlement on behalf of a Pompano Beach homeowner association. Activities included evaluating trees and palms, preparation of exhibits for the hearing, negotiating with the City arborist and preparation of a favorable settlement offer for the client. Code Compliance / Expert Witness Support, City of Dania Beach, Broward County, Florida — Mr. Freedman provided expert services to the City's Code Enforcement and Legal departments. Work included inspecting tree -related code compliance cases in the field, preparing or evaluating tree appraisals, preparation of technical reports and expert witness testimony services. Street Tree Inventory, City of West Palm Beach, Palm Beach County, Florida — Mr. Freedman managed this Florida Department of Forestry Urban and Community Forestry Grant funded street tree inventory. Over 19,000 tree and planting space locations were collected and delivered to the client as an ArcGIS shape file. Activities included supervising field staff, field data collection, data quality verification, map preparation, preparation of Urban Forestry management plan, training for client contact on use of GPS data collector and ArcGIS, and training for client and urban forestry staff on use of inventory for managing work flow. Forest Ridge Master Owners' Association Arboricultural Consulting Project, Town of Davie, Broward County, Florida — For this multi -year project, Mr. Freedman developed the annual maintenance program for street trees and palms maintained by homeowner association. Activities included supervision of field staff, GPS data collection, ArcGIS mapping, analysis of tree and palm health and condition and preparation of maintenance specifications for arboricultural work. Other work included recommending trees for under power lines and presentation of work products at Board meeting. Sciences Request for Qualifications Qualifications of Proposed 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 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 for each Form RFQ-EE that is provided. Southwest (SW) Streetscape and Street Tree Master Plan RFQ No :16 17 006 RFQ Title: Name of Proposer: Curtis & Rogers Design Studio, Inc. Name of Engineer: Brissett, PE Engineering Discipline Completed byEngineer on Project e. civil, structural,geotechnical, etc.):Traffic Engineering/Transportation Plannir g� g p p 9� j ( g., Name of Project: Downtown Freight Mobility Study Address of Project: PortMiami through the downtown area. Name of Project Owner: FDOT District 6 Project Owner Contact Name: Dionne Richardson Project Owner Contact Telephone No.: 305-470-5292 Project Owner Contact E-mail address: dionne.richardson@dot.state.fl.us Brief Scope of Project (additional space provided): Feasibility study for secondary freight access to PortMiami Value of Design Fees (if applicable): Awarded: $300,000 Actual: $300,000 Basis for Difference in Value: Task work order under a District -Wide Public Transportation Consultant Services. N/A Value of Construction (if applicable): Awarded: Actual: N/A Basis for Difference in Value: Project Completion (no. of calendar days): Projected: 8/26/2017 Actual: 2016/18 Month Duration N/A ri Type of Project: D Design -Bid -Build 0 Design/Build fl CM@Risk El Other (specify): Planning Study LEED or Green Globe Certified Project: D Yes I No If yes, level of Certification: Was work performed as an employee of the Proposer? Er Yes D No By: 6/21/2017 Signature of Authorized Officer Date Aida M. Curtis Executive Vice President Printed Name Title RFQ-EE Request for Qualifications Qualifications of Engineer Please utilize the space below, as necessary. RFQ-EE Request for Qualifications Qualifications of Proposed 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 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 for each Form RFQ-EE that is provided. RFQ No.:16 17 006 RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Name of Proposer: Curtis & Rogers Design Studio, Inc. Name of Engineer: Lorin Brissett, PE Engineering Discipline Completed by Engineer on Project (e.g., civil, structural, geotechnical, etc.): Traffic Engineering/Transportation Plannir Name of Project: Interchange Justification Report and PD&E Study Address of Project: 1-95 at Central Blvd. Project Owner Contact Name: Cesar J Martinez, PE Project Owner Contact Telephone No.: 954-777-4653 Project Owner Contact E-mail address: Cesar.Martinez@dot.state.fl.us Name of Project Owner: FDOT District 4 Brief Scope of Project (additional space provided): Lead for traffic analysis portion of study to evaluate alternatives. Value of Design Fees (if applicable): Awarded: $1.5 Million Actual: 1,536,656.81 N/A 0 Basis for Difference in Value: Value of Construction (if applicable): Awarded: Actual: N/A Basis for Difference in Value: Project Completion (no. of calendar days): Projected: 12/2018 Actual: 05/2017 N/A 0 Type of Project: Design -Bid -Build 0 Design/Build 0 CM@Risk 0 Other (specify): Planning Study LEED or Green Globe Certified Project: 0 Yes In No If yes, level of Certification: Was work performed as an employee of the Proposer? 0 Yes in No By: 6/21/2017 Signature of Authorized Officer Date Aida M. Curtis President Printed Name Title RFQ-EE Request for Qualifications Qualifications of Engineer Please utilize the space below, as necessary. RFQ-EE Request for Qualifications Qualifications of Proposed 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 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 for each Form RFQ-EE that is provided. RFQ No.;16 17 006 RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Name of Proposer: Curtis & Rogers Design Studio Name of Engineer: Lorin Brissett, PE Engineering Discipline Completed by Engineer on Project (e.g., civil, structural, geotechnical, etc.): Traffic Engineering/Transportation Planniii Name of Project: SR 836 SW Extension Study - Traffic Review Name of Project Owner: FDOT D6 District Project Owner Contact Telephone No.: 305-470-5373 Address of Project: SR 836/Dolphin Expressway from its current terminus at� Project Owner Contact Name: Mr. Neil Lyn Project Owner Contact E-mail address: Neil.Lyn@dot.state.fl.us Brief Scope of Project (additional space provided): Traffic analysis and impact of proposed extension on state roads Value of Design Fees (if applicable): Awarded: $11,000 Actual: $11,000 Basis for Difference in Value: Subconsultant for the task work order under the MDX SR 836/Dolphin Expressway Southwest PD&E Study. N/A El Value of Construction (if applicable): Awarded: Actual: N/A Basis for Difference in Value: N/A Project Completion (no. of calendar days): Projected: 9/30/2016 Actual: 9/30/2016 N/A ri Type of Project: 0 Design -Bid -Build fl Design/Build 0 CM@Risk [3 Other (specify): Planning Study LEED or Green Globe Certified Project: El Yes El No If yes, level of Certification: Was work performed as an employee of the Proposer? D Yes El No By: 6/21/2017 Signature of Authorized Officer Date Aida M Curtis Executive Vice President Printed Name Title RFQ-EE Request for Qualifications Qualifications of Engineer Please utilize the space below, as necessary. RFQ-EE Lorin R.C. Brissett, PE Senior Transportation Engineer Mr. Brissett has 21 years of Transportation Engineering experience. Mr. Brissett is an experienced project manager with special emphasis in traffic engineering, transportation facilities planning, traffic analyses and studies as well as process mapping and development of transportation engineering/planning systems. His technical strengths include traffic safety and operations, transportation planning and impact studies, travel demand model development/application, signing and pavement markings design. He has analyzed and managed various projects for public and private sector clients. Mr. Brissett has experience in making presentations to various stakeholders in matters related to transportation engineering and planning. He has extensive knowledge of and facility with various professional, engineering and planning software including: MS Excel, Word, PowerPoint and, Publisher, CORSIM Microsimulation, Synchro, HCS, AutoCAD and the Florida Standard Urban Transportation Model Structure-FSUTMS Travel Demand Software (running on the Cube Voyager platform). Project Experience 1-95 at PGA Boulevard/Central Boulevard Interchange Justification Report (IJR) and Project Development and Environment (PD&E) Study (FM No. 413265-1.22-01; Contract C9B45); Palm Beach County, FL; Client: FDOT District 4; Reference: Cesar J. Martinez, PE, (954) 777-4653; cesar.martinez@dot.state.fl.us; Project Duration: 2013 to 2015 — Study to identify enhancements to regional mobility in the area around the PGA Boulevard interchange at 1-95 in the City of Palm Beach Gardens. Task Leader for the Project Design Hour Traffic Volume Development and traffic operations analysis of considered alternatives. Project Role: Senior Transportation Engineer. Miami -Dade Expressway SR 836/ Dolphin Expressway Southwest Extension Study — Traffic Analysis Review, Client: FDOT District 6; Reference: Neil Lyn, (305) 470-5373; neil.lyn@dot.state.fl.us; Project Duration: 812016 to 10/2016 — PD&E Study to evaluate the feasibility of creating a southwest extension of SR 836/Dolphin Expressway from its current terminus at NW 137th Avenue near NW 121h Street to SW 136th Street, or some location north of SW 136th Street. Task Leader for the peer review of the Design Hour Traffic Volume Development and traffic operations analysis of the considered alternatives. Project Role: Senior Transportation Engineer. 1-395 Project Development and Environment (PD&E) Study Interchange Modification Evaluation (FM No. 251688-1.32.01; Contract C9279); Miami -Dade County, FL; Client: FDOT District 6; Reference: Maria I. Perdomo, PE, (305) 640-7186; maria.perdomo@dot.state.fl.us; Length: 1.7 miles; Project Cost: $8.1 million; Project Duration: 2011 to 2013 — As part of a team of consultants selected by the FDOT to update the 1-395 PD&E Study Interchange Modification Evaluation, performed traffic operations reanalysis for the 1-395 freeway facility. The main objective of the 1-395 PD&E Study was to develop improvements that would increase future capacity of the facility, mitigate future traffic congestion, improve safety via the mitigation of existing deficiencies, improve ramp access and establish better lane balance/continuity throughout the study corridor. Developed Corsim Model (using Florida Highway Administration (FHWA) Corsim software) to evaluate no -build and future alternatives as part of the 1-395 PD&E Study Interchange Modification Report (IMR); Prepared lane schematic of the 1-395 corridor depicting pertinent geometric data; Developed input traffic volume data; Coded roadway network for mainline freeway and ramp segments; Calibrated/validated model to existing conditions; Ran CORSIM model for the AM and PM peak hour conditions for no -build and future alternatives; Summarized results of microsimulation analysis; Developed Synchro Model to analyze intersections along surface streets adjacent to 1-395 ramps and mainline; Optimized signal timing splits and offsets for affected intersections; Prepared technical report documenting analysis including assessment of preferred alternative. Project Role: Senior Transportation Engineer. Work Zone Traffic Analysis for 1-395 Corridor Improvement Project from West of 1-95 to MacArthur Causeway/SR 836 Corridor Improvement Project from NW 17th Avenue to West of I- 95/1-95 Pavement Replacement Project from NW 8th Street to NW 29th Street (FM No. 251688-1- 32-01; Contract C9279); Miami -Dade County, FL; Client: FDOT District 6; Reference: Raul Quintela, PE, (305) 640-7558; raul.quintela@dot.state.fl.us; Length: varies; Project Cost: $300,000; Project Duration: 2015 to 2016 (Est.) — The Florida Department of Transportation (FDOT) and the Miami -Dade Expressway Authority (MDX) selected the consultant team to develop coordinated Years of Experience <; 21 Years of Post Registration Experience Successfully Completed: Planning of Interchange mprovement,& Analysis Workshop — FDOT Central Office (September 2015) Project Development and;`;= Environment (PD&E) Manual; process training, FDOT Central Office (June 2014). Managed Lanes and CORSIM Training Course, Conducted. by University of Florida (April 2013) Highway Safety Manual Workshop, FDOT Central Office, (Dec Re 2012)' Registration Professional Engineer Florida No. 56846, 2001 Georgia No. 034481, 2009 16 Work History BCC Engineering, Inc. (Fort`. Lauderdale) 2015 Present CH Perez and Associates, Inc 2011 — 2015` HNTB Corporation 2010-2011'` Kimley-Horn and Associates, Inc. 1996 2009 Education MS in Civil Engineering,1995` Georgia Institute of Technology BS in' Civil Ergineerirg,19g4 .; The City College of New York`, Career Highlights Lorin R.C. Brissett, PE 2 Senior Transportation Engineer traffic control plans for three construction projects that were planned to be implemented concurrently. Both agencies requested that the consultant team prepare a traffic analysis of the work zones of the three construction projects in order to establish a baseline of the likely traffic operations during project construction and provide recommendations. Additional objectives of the work zone traffic analysis included optimization of lane closure strategies, determination of the impacts of proposed detour routes and an evaluation of the Impact of the proposed construction schedule on the roadway network adjacent to and through the construction zones. Task leader for traffic analysis including developing guidelines for the project team in the development of design hour traffic volume for interim construction phases, traffic operations analysis of work zone phases and the development of reporting metrics to assess the performance of the various traffic control plans. Development of recommendations. Project Role: Task Leader/Senior Transportation Engineer. Downtown Miami Freight Mobility Feasibility Study; Miami -Dade County, FL; Client: FDOT District 6; Reference: Dionne Richardson, (305) 470-5292; dionne.richardson@dot.state.fl.us; Project Duration: 2013 to 2016 (Est.) — FDOT commissioned this project to study the feasibility of providing secondary access to PortMiami through the Downtown Miami Area in order to accommodate truck cargo and other PortMiami freight movements. This secondary access would serve as an alternative to the PortMiami Tunnel with the goal of preserving the quality of the connectivity between PortMiami and the greater region. Responsibilities included refinement and analysis of conceptual alternatives, coordination with various stakeholders and development of alternatives to recommend for further study and consideration. Project Role: Project Manager/Senior Transportation Engineer. Districtwide In -House Consultant Support Services; Miami -Dade County, FL; Client: FDOT District 6; Reference: Curlene P. Thomas, (305) 470-5408; curlene.thomas@dot.state.fl.us; Length: nia; Project Cost: $1.5 million; Project Duration: 2013 to 2015 — Provided engineering support services for the performance of diverse planning, administrative, document reviews, technical reviews, and other tasks identified by the Department. These efforts include but are not limited to assisting the Miami -Dade Metropolitan Organization (MPO) meet all federal requirements to secure and maintain funding for the implementation of their Unified Planning Work Program (UPWP) as well as the five- year Transportation Improvement Program (TIP) for the metropolitan planning area, Project Role: Senior Transportation Engineer. Districtwide In -House Consultant Support Services; Miami -Dade County, FL; Client: FDOT District 6 — Intermodal Development Systems Office; Reference: Curlene P. Thomas, (305) 470-5408; curlene.thomas@dot.state.fl.us; Length: nla; Project Cost: $1.5 Million; Project Duration: 2013 to 2015 — Assisted with the development of recommendations to streamline various FOOT processes and procedures related to the delivery of services to the Miami -Dade Metropolitan Organization (MPO) and the public at large. Developed process maps by plotting work flow, critical tasks and responsible personnel in order to identify areas amenable to improved efficiencies and minimize unnecessary redundancies, Project Role: Senior Transportation Engineer, Districtwide Traffic Operations/Safety Studies; Miami -Dade County, FL; Client: FDOT District 6; Reference: Misleidys Leon, (305) 470- 5345; misleidys.leon@dot.state.fl.us; Length: n/a; Project Cost: $1.5 million; Project Duration: 2011 to 2013 — Conducted numerous intersection and arterial safety improvement studies under a general engineering consultant contract which involved traffic data collection, crash data analysis, traffic operational analysis, and development of conceptual designs and evaluation of improvement alternatives. Performed crash reviews and field reviews to identify site -specific issues related to specified high crash study locations, Developed reports to provide an insight into the abnormally high crash patterns occurring at the specified locations and provided recommendations including benefit/cost analyses to reduce the crash potential. Project Role: Senior Transportation Engineer. Downtown Miami Intermodal Terminal Feasibility Study; Miami -Dade County, FL; Client: Miami -Dade County Metropolitan Planning Organization (MPO); Reference: Jesus Guerra, (305) 375.2069; jguerra@miamidadempo.org; Length: n/a; Project Cost: $60,000; Project Duration: 2011 to 2012 — As part of a team of consultants selected by the Miami -Dade Metropolitan Planning Organization (MPO), performed a qualitative traffic impact assessment of a proposed intermodal terminal for downtown Miami. The proposed terminal would include a pedestrian/transit mall. Various locations were being considered for the terminal that would require up to three scenarios of possible road closures to be considered relative to the impact on the existing traffic circulation. The qualitative traffic assessment was undertaken to determine the feasibility of the proposed downtown intermodal terminal from a traffic impact perspective. Prepared recommendations for Metropolitan Planning Organization's staff based on traffic assessment. Project Role: Senior Transportation Engineer. SR 907/Alton Road Maintenance of Traffic (MOT) Plan; Miami Beach, FL; Client: Bergeron Land Development, Inc.; Reference: Philip Mills-Lutterod, (954) 557-8127; philip@imxgreen.com; Length: n/a; Project Cost: $50,000; Project Duration: 05/2013 to 09/2013 — As part of a team of consultants selected by a major roadway contractor in South Florida, performed a comprehensive traffic assessment of a proposed maintenance of traffic (MOT) plan to accelerate construction work on the SR 907/Alton Road eastbound to northbound flyover on Miami Beach as part of a major roadway improvement project on Alton Road from 5th Street to Michigan Avenue. Developed recommendations for alternate routes to accommodate diverted traffic from the MOT plan and assisted in coordinating the dissemination of the temporary Traffic Control Plan (TCP) to interested stakeholders through a public outreach initiative. Project Role: Senior Transportation Engineer. Luis Rodriguez, PE Senior Traffic Engineer Mr. Rodriguez is a Senior Highway/Traffic Engineer with BCC and has extensive experience in highway, transportation and civil engineering design projects. He provides guidance and direction to the highway team and provides leadership to challenges encountered in engineering analysis and design. He is responsible for developing roadway plans and the coordination of transportation engineering projects, including providing field support, preparing engineering calculations, developing specifications, reports, preparing schedules and cost estimates. His experience also includes continuous coordination with the client/owner, subconsultants, contractors and permitting agencies from the onset of a project through its completion. Project Experience NW 102 Avenue Improvements; Doral, FL; Client: City of Doral; Reference: Jorge A. Gomez, PE, (305) 593-6740; jorge.gomez@cityofdoral.com; Length: 0.5 mile; Project Duration: 2016 — Project encompasses the design of roadway improvements to NW 102nd Avenue from NW 66th Street to NW 74th Street. Currently NW 102nd Avenue within the project limits is a dirt road. The construction plans will provide a three -lane typical section with the 50 feet of currently available Right - of -Way. In order to construct the proposed improvements, Miami -Dade County will dedicate land from the adjacent parcels. Because the project is adjacent to the Miami -Dade Resources Recovery Facility landfill, an Environmental Site Assessment (ESA) will be required. Project Role: QA/QC. City of West Park Professional General Engineering and Architectural Services; West Park, FL; Client: City of West Park; Reference: Carol M. Aubrun, (954) 989-2688 ext. 211; CAubrun@CityofWestPark.org; Project Duration: 2014 to 2017 — Scope of services include roadway engineering, drainage design, civil engineering, traffic engineering, environmental engineering and architectural services. • Task Order No. 1: SW 40th Avenue (Barack Obama Boulevard) Neighborhood Improvement Project; West Park, FL; Project Duration: 2015 to 2016 — Project involves shoulder widening in order to introduce bicycle lanes along SW 40th Avenue, as well as, the implementation of several traffic calming features such as speed humps, raised intersections, textured pavement, and a roundabout per the City of West Park's overall master plan. This project also includes the construction of additional exfiltration trench in order to mitigate the additional impervious area created by the proposed roadway improvements, new signs and pavement markings, and the installation of supplementary pedestrian lighting. Such efforts will require the preparation of construction documents (calculations, plans and specifications) for permitting and bidding purposes. Project Role: QA/QC. Flagler Street Downtown Beautification — Civil Engineering Services for Roadway, Parking, and Pedestrian Accommodations (RFQ No. 06-07-039); Miami, FL; Client: City of Miami Department of Capital Improvements Program; Reference: Hector Badia, (305) 416-1236; HBadia@miamigov.com; Project Duration: 2011 to 2016 — The project involves full roadway reconstruction, sidewalk widening, provision of valet parking system, reconfiguration of on -street parking and coordination with the landscape architect to propose trees in a corridor saturated by underground utilities designed and permitted for relocation. The purpose for this project is to make Flagler Street a more pedestrian -friendly roadway where the street can be closed for events creating a street plaza environment. In addition, several traffic calming measures were introduced including narrowing the travel lanes, decorative high -visibility pedestrian cross walks, and decorative street furniture. The project also included the provision of new hardscape patterns, street lighting design and the drainage re -design of the drainage system to provide a 100-year service life operation. In addition, this project includes extensive utility coordination and the new design of the water distribution line and two sanitary sewer gravity lines. Extensive coordination with permitting authorities, Miami -Parking Authority, and Miami Downtown Development Agency (DDA). Project Role: Project Manager and Engineer -of -Record. Biscayne Island Drainage Improvements — Civil Engineering Services for Roadway Projects (RFQ No. 06-07-039); Miami, FL; Client: City of Miami; Reference: Jose L. Lago, PE, (305) 416-1252; jlago@miamigov.com; Project Duration: 2009 to 2014 — The project involved the drainage analysis and re -design of the drainage system to resolve flooding issues associated with the Island. The drainage design included drainage calculations, hydrologic/hydraulic modeling and development of the drainage design plans. The analysis consisted of performing hydraulic calculations for different alternatives for the existing conditions and post conditions using AdICPR; water quality and water quantity permitting calculations; and pre -development and post -development drainage modeling. In addition, included extensive coordination and permitting with Miami -Dade County Department of Regulatory and Economic Resources (RER) and field investigations to Years of Experience 16 Years of Post Registration Experience Work History BCC Engineering, Ine. (Miami) 2006 - Present Gannett Fleming, Inc:`; 2001- 2006:' Education MBA, 2004 University of Mtiami. BS in Civil Engineering, ?99 ttrversidadde Los Andes,;:, Colombia C- Successfully CompleteHighlightsd: fonds Advanceareer;T'raining (MCAT) FOOT Specificat►ons Package Preparation Training Registration` Professional Engineer`, Honda [ t 3983, 2006 Luis Rodriguez, PE 2 Senior Traffic Engineer identify existing conditions and topographic surveys provided. Project Role: Project Manager/Engineer-of-Record responsible for the design of the drainage system and overseeing the plans development for this project. City of Doral Continuing Services Contract — Section 7 Area Traffic Calming Study; Doral, FL; Client: City of Doral; Reference: Jorge Gomez, PE, (305) 593-6740; jorge.gomez@cityofdoral.com; Project Duration: 2014 to 2015 — BCC Engineering, performed a traffic calming study for Section 7 within the City of Doral which is bounded by NW 74th Street on the south, NW 90th Street on the north, NW 117th Avenue on the west and NW 107th Avenue on the east. The purpose of this study was to identify those locations within the study area that were in need of traffic calming measures. BCC defined the jurisdictional boundaries for the roadways to be studied, prioritized traffic calming locations and developed alternative improvement strategies based on the traffic calming needs identified. As part of this effort, BCC engaged in extensive stakeholder outreach through community meetings and coordination with local agencies, Project Role: Project Manager. City of Doral Continuing Services Contract — City of Doral Pilot Bike Share Program; Doral, FL; Client: City of Doral; Reference: Jorge Gomez, PE, (305) 593-6740; jorge.gomez@cityofdoral.com; Project Duration: 2015 — BCC Engineering, Inc. conducted a study on behalf of the City of Doral to support a Bicycle Share Pilot Program. The proposed pilot program consisted of 100 bicycles, five major parking stations, five minor parking stations with a total of approximately 150 docking points. As part of the pilot program, a marketing/advertising campaign was considered as well as the potential for sponsorship opportunities. The City identified a potential vendor to partner with them in this venture that would provide flexibility of use, low maintenance costs and maximum ridership. The type of system that was contemplated for the program included electronic GPS advance communications on the bicycle with docking stations or "hubs" that would function as safe locking receptacles for the bikes. Project Role: Quality Assurance Officer. District -wide Project Development and Environment (PD&E) and Traffic Consultant Services (FM No. 250622-2-22-02, 250622-3-22- 01, 252058-1-A1-02; Contract C8P71); Miami -Dade County, FL; Client: FDOT District 6; Reference: (former FDOT PM) Jorge Gomez, PE (now at City of Doral), (305) 593-6740; jorge.gomez@cityofdoral.com; Design Fees (BCC): $1.5 million; Length: varies; Project Study Duration: 2007 to 2010 — Various assignments completed: 1) SR 5/US 1 from north of Jo -Jean Way to south of Camelot Drive Scoping Report, Monroe County, FL; 2) SR 5/US 1 from South End of Tavernier Creek Bridge to North of Jo -Jean Way Scoping Report, Monroe County, FL; 3) SR 7/NVV 7th Avenue from NW 6th Street to NW 32nd Street Scoping Report, Miami Dade County, FL; 4) SR 860/NW 183rd Street from SR 823 (NW 57th Avenue) to SR 847 (NW 47th Avenue) Scoping Report, Miami Dade County, FL; 5) Turbo Lane Operation at State Roads for T-Intersections, Miami Dade County, FL; 6) Golden Glades Interchange Traffic Study, Miami -Dade County, FL. Project Role: Project Manager/Engineer-of-Record responsible for contract management, contract administration, and miscellaneous assignments. San Marco Island Drainage Improvements — Civil Engineering Services for Roadway Projects (RFQ No. 06-07-039); Miami, FL; Client: City of Miami; Reference: Jose L. Lago, PE, (305) 416-1252; jlago@miamigov.com; Project Duration: 2009 to 2014 — Project involved the drainage analysis and re -design of the drainage system to resolve flooding issues associated with the Island. The drainage design included drainage calculations, hydrologic/hydraulic modeling and development of the drainage design plans. The analysis consisted of performing hydraulic calculations for different alternatives for the existing conditions and post conditions using ADICPR; water quality and water quantity permitting calculations; and pre -development and post -development drainage modeling. In addition, extensive coordination and permitting with Miami -Dade County Department of Environmental Resources Management (DERM) and field investigations were performed to identify existing conditions and topographic surveys provided. Project Role: Project Manager/Engineer-of-Record responsible for the design of the drainage system and overseeing the plans development for this project. NW 27th Avenue Traffic Study; Miami -Dade County, FL; Client: Miami -Dade Expressway Authority (MDX); Reference: Juan Toledo, PE, (305) 637-3277, ext. 2115; jtoledo@mdxway.com; Length: nla; Project Duration: 2010 — Project consisted of traffic data collection and analysis of the traffic operations along SR 836 and NW 27th Avenue in the vicinity of the EB exit ramp to Southbound NW 27th Avenue. Engineering services included data collection and signal timing analysis to develop and provide alternative recommendations to alleviate traffic congestion along EB SR 836 at the Southbound NW 27th Avenue off -ramp. Project Role: Project Manager/Engineer-of-Record responsible for modeling and analyzing traffic operations to develop the traffic recommendations as a result of the study conducted, SW 15 Ave Improvements; Capital Improvements and Transportation Program Continuing Services Contract; Miami -Dade County, FL; Client: City of Miami; Reference: lvelisse Rodriguez, (305) 416-1236; ivelisserodriguez@miamigov.com; Length: n/a; Project Duration: 2010 — The City of Miami is planning improvements SW 15th Avenue, between SW 8th Street and SW 7th Street. These improvements are intended to mimic the landscape architectural features of Domino Park to the south, and are anticipated to include drainage improvements, decorative/brick paving from right-of-way to right-of-way, decorative furnishings, lighting and additional landscaping. Additionally, the City of Miami plans to utilize this area for special events, which would require to close the street to vehicular traffic, Project Role: Project Manager/Engineer-of-Record responsible for modeling and analyzing traffic operations to develop the traffic recommendations as a result of the study conducted. Request for Qualifications Qualifications of Public Relations Specialist RFQ Tithe; City of Miami Southwest (SW) Streetscape & Street Tree MP Srvcs RFQ Number: 16 17 006 Name of Proposer: Alicia Gonzalez In the space provided below describe the experience of the firm's Public Relations Specialist. Please describe the education, skills, and experience in detail. Alicia Gonzalez has served as a Principal of Media Relations Group, LLC, since its inception in 1999, successfully executing campaigns for the City of Miami, City of Miami Beach, Florida Department of Transportation (Districts Four and Six), Miami -Dade Expressway Authority (MDX) and Florida's Turnpike Enterprise at all phases including Project Development and Environment (PD&E), Design, Design -Build and Construction. As a highly -experienced bilingual (English/Spanish) team member, Mrs. Gonzalez will also serve as valuable Quality Assurance/Quality Control resource that will review all collaterals and project documents while guiding the project as it evolves from phase to phase and through major milestones. She received her Bachelor of Science Degree in Telecommunications from the University of Florida in 1992 and has over 24 years of public involvement experience, specifically with transportation projects in Miami -Dade and Broward counties. She is an expert with media placement in local, national and international press for clients such as MDWASD, FDOTand the South Florida Water Management District. Some of her notable project include: Start Date: 04/2015 — End Date: 12/2015 — City of Miami/Miami-Dade Water and Sewer Department (MDWASD) Design -Build Services for Replacement of Water Mains and Service Conversions in the Shenandoah Area (Phase A), Miami -Dade County, Florida — Mrs. Gonzalez was the Public Involvement Manager for this project. As the QA/ QC lead, she was responsible for reviewing construction information to the residents of the City of Miami and the Shenandoah Community, as well as overseeing the work being performed by her staff. Project Role: Public Information Manager; Agency Name: Miami -Dade water & Sewer Department; Agency Contact Information: Adriana Lamar, 786-552-8087, Adriana.Lamar@miamidade.gov Start Date: 10/2013 — End Date: Ongoing — City of Miami Beach Public Information Contract, Miami -Dade County, Florida — As part of its 3-year Capital Improvement Program (CIP), MRG was contracted by the City of Miami Beach to provide public information services on the Right of Way and Facilities Construction contract, which involves more than 200 CIP projects. Mrs. Gonzalez oversees MRG staff responsible for the day-to-day activities on this project including effectively communicating construction information to the residents of Miami Beach. She also provides QA/QC services on all collaterals produced by MRG. Project Role: Public Information Manager; Agency Name: City of Miami Beach Capital Improvements Office; Agency Contact Information: Lauren Firtel, City of Miami Beach Public Information Specialist, 305-673-7071, LaurenFirtel@miamibeachfl.gov RFP-PR Request for Qualifications Qualifications of Public Relations Specialist Please utilize the space below, as necessary. Start Date: 04/2011 - End Date: 11/2013 - MDWASD Government Cut Utility Relocations Projects Design Build, CMIT, Miami -Dade County, Florida - Mrs. Gonzalez was in charge of the public involvement for all these projects as a Department liaison to project managers, Department Public Affairs Manager Adriana Lamar and Isaac Gutierrez. She attended all progress meetings and worked daily on public involvement strategies and notifications as necessary. She prepared a Community Awareness Plan (CAP) and fact sheet for the project. In Spring 2012, Mrs. Gonzalez also began working with the Department on the Emergency 60-inch Force Main Installation project in the City of Miami Beach. She attended several City of Miami Beach and other key stakeholder meetings. She also coordinated and executed a community meeting in June 2012 and reviewed and finalized project fact sheets and display boards. She continued to serve as the day to day public information contact through summer 2013, upon completion of the Emergency Contract. Project Role: Public Information Manager; Agency Name: Miami -Dade Water and Sewer Department; Agency Contact Information: Adriana Lamar, 786-552-8087, alamar@miamidade.gov RFP-PR Citp of Miami Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Public Relations Specialist, as defined in RFQ No. 16-17-006. Following Section to be Completed by the Propose Name of Proposer: Curtis & Rogers Design Studio Name of Proposed Public Information Manager: Alicia Gonzalez (Media Relations Group, LLC) 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 Public Relations Specialist (PRS). 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 Beach, Public Works Department, Sanitary Sewer Evaluation Survey Project (SSES) Flicr I Oct, be completedby the Pro. et: Scope of Work for Referenced Project: MRG led the Public Information efforts on this contract. Value of Project: $109,849.00 (PI Fee) Value of Construction: $4,531,000 Type of Project: 0 Design -Bid -Build 0 CM@Risk 0 Design -Build El Other (Public Works Construction completed on time and within budget? j Yes 0 No How long did the proposed PRS serve in this capacity on this project? 1 year 10 months Quality of Work: j 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 anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the PRS responsive? Was the PRS timely with reviews and submittals? Did the PRS effectively resolve issues in a timely manner? 0 Yes 0 No Yes 0 No ID Yes 0 No 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 Miami Beach, Public Works Department Name of Project Owner's Representative: Eric Arencibia, E.I. Signature of Project Owner's Representativ Title: Civil Engineer I Telephone: 305-673-7080 Date: June 22, 2017 Sincerely, Annie Perez, CPPO Director Procurement Department E mail: EricArencibia@miamibeachfl.gov RFQ-PR-R Revised 5/19/2017 eft p of Alictini op - Please utilize the space below, as necessary. Prior to the start of any construction activities, MRG staff distributed a project advisory door-to-door, and explained the project and level of impact to the residents. The MRG PIO`s were in the field with crew members as they worked in the City right of way and easements, easing the impact to residents. Field crews performed excavations and repairs on the spot, which at times were very invasive and required coordination with residents. Homeowners were made aware of these activities far in advance to ensure that they were not inconvenienced in any way. Throughout the life of the contract MRG staff continued to work closely with the project team, and assisted with communicating construction information to the residents through frequent distribution of advisories and fliers, as well as face-to-face stakeholder meetings. Daniel J. Alfonso City Manager RFQ-PR-R Revised 5/19/2017 (City of fftianti Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Public Relations Specialist, as defined in RFQ No. 16-17-006. e Following, Section to be Completed by the Proposer:.; Name of Proposer: Curtis & Rogers Design Studio Name of Proposed Public Information Manager: Alicia Gonzalez (Media Relations Group, LLC) 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 Public Relations Specialist (PRS). 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 Beach, Parkview Island Neighborhood Improvement Project he Follow n€gSection to be Co►npleted by the Project Scope of Work for Referenced Project: PI Efforts Value of Project: $39,070.00 (PI Fee) Value of Construction: $ Type of Project: 0 Design -Bid -Build 0 CM@Risk 0 Design -Build 0 Other (Capital Improvements Construction completed on time and within budget? 0 Yes 0 No How long did the proposed PRS serve in this capacity on this project?8 months ) Quality of Work: 0 Above Expectations ® Average 0 Below Expectations Errors and Omissions: 0 Above Expectations 0 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? Was the PRS responsive? Was the PRS timely with reviews and submittals? Did the PRS effectively resolve issues in a timely manner? 0 Yes 0 No O Yes 0 No El Yes 0 No O Yes © No Please type in the field below to provide comments (Please use the attached additional page, as necessary): We were extremely pleased with the community outreach services that were provided by MRG. All of their staff is very professional and on point at all times. Name of Project Owner: City of Miami Beach Name of Project Owner's Representative: Diana Fontani Signature of Project Owner's Representative: Title: Public Information Officer i Telephone: 305-673-7071 Date: June 16, 2017 Sincerely, Annie Perez, CPPO Director Procurement Department E mail: DianaFontani@miamibeachfl.gov RFQ-PR-R Revised 5/19/2017 eitp of Miami r O g t� Please utilize the space below, as necessary. In December2013, the City of Miami Beach Capital Improvement Projects Office (CIP) began a roadway construction project on the residential streets of Parkview Island: 73 Street, Wayne Avenue, Michael Street, Gary Avenue, Bruce Street and Raymond Street. MRG's Lead Public Involvement Officers (PiOs) shared the day-to-day responsibilities of this project. Specific tasks included communicating construction information to the residents, addressing questions and/or concerns at the Community Kick -Off Meeting and organizing and staffing several resident coordination meetings with the Contractor and City Staff. As part of the outreach effort, MRG wrote project materials including a fact sheet, construction advisories and weekly updates. Daniel J. Alfonso City Manager RFQ-PR-R Revised 5/19/2017 Citp of fRictmi Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Public Relations Specialist, as defined in RFQ No. 16-17-006. The Folfowmg Section to be Completed by the Proposer;. Name of Proposer: Curtis & Rogers Design Studio Name of Proposed Public Information Manager: Alicia Gonzalez (Media Relations Group, LLC) 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 Public Relations Specialist (PRS). 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 Beach South Pointe Park Landscape Rehabilitation Project e Folicwint ectio e-Completed by`th€ oject>.Ow er u Scope of Work for Referenced Project: Communicating construction information to affected stakeholders Value of Project: $24,965,00 (PI Fee) Value of Construction: $ Type of Project: 0 Design -Bid -Build 0 CM@Risk 0 Design -Build 0 Other (Capital Improvements Construction completed on time and within budget? 0 Yes 0 No How long did the proposed PRS serve in this capacity on this project? 1 year 5 months 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 anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? J Yes No Was the PRS responsive? 0 Yes 0 No Was the PRS timely with reviews and submittals? LI Yes 0 No Did the PRS effectively resolve issues in a timely manner? 01 Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): We were extremely pleased with the community outreach services that were provided by MRG. All of their staff is very professional and on point at all times. Name of Project Owner: City of Miami Beach Name of Project Owner's Representative: Diana Fontani Signature of Project Owner's Representative: Title: Public Information Officer Telephone: 305-673-7071 Date: June 16, 2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: DianaFontani@miamibeachfl.gov RFQ-PR-R Revised 5/19/2017 Citv of fftianti Daniel J. Alfonso City Manager Please utilize the space below, as necessary. As the lead Public Information consultant MRG was responsible for communicating construction information to the South Pointe neighborhood residents and the South of Fifth Street Neighborhood Association; maintaining the project web page on the planned progress website, updating the stakeholder database and keeping a log of resident issues and concerns. Other tasks included attending project progress meetings with the Contractor and City Staff as well as resident coordination meetings, as well as developing project materials including fact sheets, construction advisories, e-blasts and bi-weekly updates. RFQ-PR-R Revised 5/19/2017 Medki Relator►' Group, LLC Alicia Ana Gonzalez Principal/Public Involvement Manager Professional;Credentrals Bachelor of Science, Telecommunications, ;Unlvets of Florida 199 24 years of public irivnlvement` experience, specifically with transpor'tatiop projects rn Miami= Dade `and Broward counties Expertise v +ith'tedia placement i local, t ational and international press fo `clients such as = ?= MDWASD, FDOT, South Fiorida Water Management Distrrcf, a Browa€d County and several private clients Mrs. Gonzalez has served as a Principal of Media Relations Group, LLC, since its inception in 1999, successfully executing campaigns for the City of Miami, City of Miami Beach, Florida Department of Transportation (Districts Four and Six), Miami -Dade Expressway Authority (MDX) and Florida's Turnpike Enterprise at all phases including Project Development and Environment (PD&E), Design, Design -Build and Construction. As a highly -experienced team member, Mrs. Gonzalez will also serve as valuable Quality Assurance/Quality Control resource that will review all collaterals and project documents while guiding the project as it evolves from phase to phase and through major milestones. Select project experience includes: • Start Date: 04/2015 — End Date: 12/2015 — City of Miami/Miami-Dade Water and Sewer Department (MDWASD) Design -Build Services for Replacement of Water Mains and Service Conversions in the Shenandoah Area (Phase A), Miami -Dade County, Florida — Mrs. Gonzalez was the Public Involvement Manager for this project. As the QAIQC lead, she was responsible for reviewing construction information to the residents of the City of Miami and the Shenandoah Community, as well as overseeing the work being performed by her staff. Project Role: Public Information Manager; Agency Name: Miami -Dade water & Sewer Department; Agency Contact Information: Adriana Lamar, 786-552-8087, Adriana. Lamar(a,miamidade. qov • Start Date: 10/2013 — End Date: Ongoing — City of Miami Beach Public Information Contract, Miami -Dade County, Florida — As part of its 3-year Capital Improvement Program (CIP), MRG was contracted by the City of Miami Beach to provide public information services on the Right of Way and Facilities Construction contract, which involves more than 200 CIP projects. Mrs. Gonzalez oversees MRG staff responsible for the day-to- day activities on this project including effectively communicating construction information to the residents of Miami Beach. She also provides QA/QC services on all collaterals produced by MRG. Project Role: Public Information Manager; Agency Name: City of Miami Beach Capital Improvements Office; Agency Contact Information: Lauren Firtel, City of Miami Beach Public Information Specialist, 305-673-7071, LaurenFirtel(a,miamibeachfl, pov • Start Date: 04/2011 — End Date: 11/2013 — MDWASD Government Cut Utility Relocations Projects Design Build, CMIT, Miami -Dade County, Florida — Mrs. Gonzalez was in charge of the public involvement for all these projects as a Department liaison to project managers, Department Public Affairs Manager Adriana Lamar and Isaac Gutierrez. She attended all progress meetings and worked daily on public involvement strategies and notifications as necessary. She prepared a Community Awareness Plan (CAP) and fact sheet for the project. In Spring 2012, Mrs. Gonzalez also began working with the Department on the Emergency 60-inch Force Main Installation project in the City of Miami Beach. She attended several City of Miami Beach and other key stakeholder meetings. She also coordinated and executed a community meeting in June 2012 and reviewed and finalized project fact sheets and display boards. She continued to serve as the day to day public information contact through summer 2013, upon completion of the Emergency Contract. Project Role: Public Information Manager; Agency Name: Miami -Dade Water and Sewer Department Agency Contact Information: Adriana Lamar, 786-552-8087, alamaamiamidade. qov RESUME LISA H. HAMMER P.O. Box 330203 Miami, FL 33233 (305) 858-4667 (305) 858-4237 Fax lisahhammer@bellsouth.net Lisa@LisaHammerRCA.com September 2015 SUMMARY A native Miamian with over thirty-four 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 1987-present Lisa H. Hammer, Horticultural Consultant Private consulting practice in landscaping and arboriculture. 1983-1987 Extension Agent, Urban Horticulture, Florida Cooperative Extension Service Developed educational and volunteer programs in urban horticulture in Dade County. 1982-1983 Laboratory Technician, Shands Teaching Hospital, University of Florida Performed laboratory duties related to medical research on effects of pectin on cholesterol levels. 1981-1982 Horticulturist/Keeper Aide, City and County of Honolulu Zoo Installed and maintained plants in aviary. 1979-1981 Research Assistant, Department of Fruit Crops, University of Florida Part-time student assistant to agricultural researcher. EDUCATION 1977-1981 Bachelor of Science, Agriculture, University of Florida Major in Fruit Crops. Certificate of Specialization in Tropical Agriculture. 1984-1987 Master of Science, Biology, Florida International University Thesis research in pollination ecology. LICENSES AND CERTIFICATIONS State of Florida, Certified Pest Control Operator. Certification #JF89007. American Society of Consulting Arborists. Registered Consulting Arborist #333. International Society of Arboriculture. Certified Arborist #SO-0758. International Society of Arboriculture. Tree Risk Assessment Qualification. Tom Graboski President Recent Projects: Royal Caribbean International's Project Genesis Series Celebrity Cruise Line's Project Solstice Series Coral Gables Museum City of Coral Springs Relevant Projects: City of Miami City of Coral Springs City of Coral Gables City of Aventura Doral Park, City of Doral oa tgadesign Tom Graboski received his BFA from the Art Center College of Design in Los Angeles, and was awarded his Masters Degree in Urban Design from the University of Miami School of Architecture in 1977. In 1980, he founded Tom Graboski Associates, specializing in wayfinding, environmental graphics, and signage design. Tom's unique background in architecture, interior design, urban planning and graphic design blends talents that are essential to any project. He has developed environmental graphics programs for a broad range of clients, including Royal Caribbean International, Universal Studios, Disney Development Corporation, Berkowitz Development, Bascom Palmer Eye Institute, the Marriott Corporation, Flagler Development, the University of Miami, Baptist Health South Florida, and the Cities of Coral Gables, Aventura, Coral Springs, and Miami. A member of the Society for Environmental Graphic Design, the Industrial Design Society of America, and the American Institute of Graphic Arts, he has been the recipient of many local and national awards. Tom has taught, lectured, and been a visiting critic at the University of Miami, Florida International University, Miami Dade Community College, the Miami International University of Art and Design, and Miami Ad School. His work has been published extensively, both nationally and internationally. Related Project Experience Doral Park, City of Dora! Preparation an overall sign masterplan for the entire PUD site that is Downtown Doral. The plan included all sign types to be utilized throughout the site. TGA Design located each sign on a site plan and identified each sign type by function and design. Both vehicular and pedestrian wayfinding and major project identity signage was included. City of Coral Gables Design of an off-street parking signage system for the City of Coral Gables, encompassing 25 parking lots and 5 parking garages. We also completed the design of the Coral Gables Trolley identity and signage. City of Aventura Design and implementation of a complete identity and wayfinding signage system for the city. Key elements developed include city entry features, a street banner program, parking identification, city bus and bus shelter graphics, and graphics for the "Bus 2 Bus" transit program. City of Coral Springs Tom assisted the City of Coral Springs in re -writing the sign code portion of their City ordinance. Tom also attends all commission and stakeholder meetings on behalf of the City. www.tgadesign.com 305.669.2550 Page 1 of 1 URT1S-+=ROGERS ESIGN STUb1 , II C Request for Qualifications Proposal Design Approach and Process RFQ Title: City of Miami - SW Streetscape and Street Tree Master Plan Services RFQ Number: 16 17 006 Name of Proposer: Curtis + Rogers Design Studio, Inc. In the space provided below respond to the requirements for Design Approach and Process as specified in the RFQ. The Curtis + Rogers Design Studio, Inc. proposes to utilize a Four Step Approach and process as follows: 1. Inventory and Analysis 2. Solicit Stakeholder Opinions and Suggestions 3. Development and Review of Alternative Concepts 4. Development and Documentation of the Selected Concepts During the Inventory and Analysis Phase the Curtis + Rogers team will survey and document the existing trees within the public right of way and identify the species and condition of all significant trees. We will also visually survey and document the existing rights of way to determine the location and condition of existing sidewalks, quantity and location of existing parking and other issues regarding public transportation and drainage. This phase will be summarized as the exiting site opportunities and constraints The Second Phase of the process will focus on interviews with public officials and community stakeholders. The meetings will attempt to establish overall goals and objectives regarding existing and proposed tree canopy, on street parking and creation of unique neighborhood identity through signage, gateways, and or unique street tree species. The results of these meetings will be summarized and presented for identification of the stakeholder goals and objectives. Using the results of the Opportunities and Constraints Analysis and the Stakeholder Goals and Objectives, the Curtis + Rogers Design Team and Consultants will develop a series of Alternative Design Concepts. These Alternatives will focus on developing unique and coordinated design character of street trees, hardscape, signage, street furniture and lighting. Issues related to sustainability and resilience will be identified and addressed. These alternatives will be presented to the stakeholders and identify a preferred concept or combination of design elements for Development and Documentation as the Master Plan. The final phase of the process will involve the documentation of the concepts on an overall and individual neighborhood basis as well as the existing commercial corridors. The Final Master Plan will include plan and section / elevation for prototypical elements for each neighborhood and prototypical landscape, hardscape and graphic details. Cost estimates will be prepared for the overall installation and maintenance of the project. The project implementation will phased in accordance with budgetary constraints and in accordance with the immediate needs as determined in the stages above. RFQ-DAP Request for Qualifications Proposal Design Approach and Process Please utilize the space below, as necessary. Given that SW 27th Avenue and SW 8th Street - are under the Florida Department of Transportation jurisdiction, the consultant team will prepare Design Guidelines which will include recommendations of plantings, lighting, street furnishings and signage and wayfinding. Parallel to the development of the Master Plan and Guidelines, the team will develop a management plan for the existing and proposed vegetation. This will include the assessments of existing conditions, recommendations for short, intermediate and long term care to ensure the maintenance of the tree canopy cover. A plant pallette will be developed to ensure species diversity, minimum standards on quality and size of plant material, installation and care procedures. The final Master Plan will be submitted for presentation, review and adoption to the Planning, Zoning and Appeals Board and the City of Miami Commission. RFQ-DAP Request for Qualifications Technical Capabilities and Methodology RFQ Title: Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ Number: 16 17 006 Name of Proposer: Curtis & Rogers Design Studio, Inc. In the space provided below respond to the requirements of the RFQ regarding Technical Capabilities and Methodology. Design Approach The design of public spaces involves several variables: the context of the site, its physical setting, history and culture; the desired program - anticipated visions, government regulations, and environmental constraints; and the creativity and judgment through which the team approaches similar assignments. Our initial approach includes an in depth analysis of the site. We review the location in relationship to the immediate surroundings and to the larger community. We analyze its content, existing vegetation, topography and micro -climate. We review historical uses, look at historical photographs, and analyze the cultural aspects of the surrounding area. Defining the program for a project usually entails an extracted vision of wishes, needs and desires from a variety of stakeholders, combined with the deficiencies outlined in the analysis phase. At the core of our work is the intent of mitigating climate change - through maximizing shade, utilization of a variety of native species which facilitate maintenance. Sustainable Approach The integration of sustainable site design and "green" concepts is at the core of Curtis + Rogers design expression. Having completed many of the "first" LEED projects in South Florida - first LEED school in Florida - Pine Jog Elementary, first LEED school in Miami -Dade County- Terra High School, first Platinum School in Florida - Galaxy Elementary. Curtis + Rogers is also responsible for developing the Design Criteria for the new FBI Office Building in Miramar - following the newly established principles of Sustainable Sites Initiative (SITES). This was one of the first projects to follow the guidelines and it aimed to restore a previously filled wetland while placing an iconic- high security building within the environment. Curtis + Rogers is not only at the forefront of this movement in South Florida, but has the proven record of successfully completed projects. Curtis + Rogers has been practicing these principles for many years, our approach of looking at the site's environmental context is one in which we develop an understanding of the site and soil conditions, facilitating the incorporation of new plantings within the context of the existing. Our design expression is one of trying to maximize the social benefits while at the same time minimizing the imposition of the man-made environment on the natural setting. Our current project for the District 6 of FDOT - 826 interchanges is restoring natural communities, wetlands and creating pollinator nodes that will provide habitat to implement a national strategy to promote the health of pollinators by including abundant nectar sources from native pollinator plants. Increasing and improving pollinator habitats, a strategy outlined by the Pollinator Health Task Force. RFQ-T Request for Qualifications Technical Capabilities and Methodology Please utilize the space below, as necessary. Technical Capabilities We are committed to utilizing state of the art technology enabling us to serve our client and project needs efficiently and accurately. We are able to produce text, spreadsheets, drawings, graphics and photography in both hardcopy and digital formats. The Principals' personal familiarity with all programs allows for their direct interaction in projects. Our staff is all located in the Miami -Dade area and are available to meet with the City or address issues at a moment's notice. Curtis + Rogers' Miami office, located 10 minutes from the City of Miami's Riverside Center, is equipped with state of the art computers and large scale printing plotters and printers. Curtis + Rogers utilizes the latest software versions for AutoCAD and MicroStation drawing platforms. Curtis + Rogers can produce realistic renderings utilizing software such as SketchUp , Photoshop as well as hand renderings. In addition, our entire staff is familiar with production software such as Word, Excel, PowerPoint, InDesign and Illustrator. We have office I -Pads and digital cameras for field reports and for mapping purposes. Curtis + Rogers works on numerous County and FDOT projects and is familiar with their guidelines, standards and preparation manuals. In addition, Curtis + Rogers is working on several projects within the City of Miami which are following the City's Miami 21 code. Technical Quality Control Curtis + Rogers Design Studio has a reputation for achieving high quality projects through its concerted effort of producing design and documents that are delivered after a thorough review process. Curtis + Rogers, since inception, has relied on an independent quality control methodology. Curtis + Rogers has implemented a Technical Quality Control Manual which provides each employee with a comprehensive system of checklists for every aspect of production. The responsible employee reviews the checklists and ensures that the deliverable complies with all items covered in the checklist. Once the deliverable is completed, it is passed to an independent reviewer, who once again will review the deliverable and ensure compliance with checklist, design and technical standards. The deliverable is redlined for corrections and returned to the responsible employee for incorporation of corrections prior to final delivery. Curtis + Rogers' quality control reviewers are the most experienced professionals of the firm including Gerald Marston, a Fellow of the American Society of Landscape Architects, and a registered Landscape Architect for over 50 years; and Aida Curtis, a registered Landscape Architect with over 30 years of experience. Having worked with numerous municipalities and successfully implemented a variety of projects throughout South Florida, is a testament to the quality of work effort that exemplifies the firm. In the 26 years of Curtis + Rogers' existence, the firm has not been subject to any claims or lawsuits. RFQ-T City of Miami, Florida RFQ 16-17-006 Exhibit 1 CITY OF MIAMI PLANNING AND ZONING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category Southwest (SW) Streetscape and Street Tree Master Plan Services Contract Type Project Specific Consultant TBD TABLE OF CONTENTS ARTICLE 1 DEFINITIONS 5 ARTICLE 2 GENERAL CONDITIONS 8 2.01 TERM 8 2.02 SCOPE OF SERVICES 8 2.03 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION 8 2.04 COMPENSATION 8 ARTICLE 3 PERFORMANCE 9 3.01 PERFORMANCE AND DELEGATION 9 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 9 3.03 CONSULTANT KEY STAFF 9 3.04 TIME FOR PERFORMANCE 9 3.05 STANDARD OF CARE 9 ARTICLE 4 SUB CONSULTANTS Error! Bookmark not defined. 4.01 GENERAL 10 4.02 SUB CONSULTANT RELATIONSHIPS 10 4.03 CHANGES TO SUB CONSULTANTS 10 ARTICLE 5 DEFAULT 10 5.01 GENERAL 10 5.02 CONDITIONS OF DEFAULT 11 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE 11 ARTICLE 6 TERMINATION OF AGREEMENT 11 6.01 CITY'S RIGHT TO TERMINATE 11 6.02 CONSULTANT'S RIGHT TO TERMINATE 12 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT 12 ARTICLE 7 DOCUMENTS AND RECORDS 12 7.01 OWNERSHIP OF DOCUMENTS' 12 7.02 DELIVERY UPON REQUEST OR CANCELLATION 12 7.03 RE -USE BY CITY 12 7.04 NONDISCLOSURE 12 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 13 ARTICLE 8 INDEMNIFICATION 13 ARTICLE 9 INSURANCE 14 9.01 COMPANIES PROVIDING COVERAGE 14 9.02 VERIFICATION OF INSURANCE COVERAGE 14 9.03 FORMS OF COVERAGE 15 9.04 MODIFICATIONS TO COVERAGE 15 ARTICLE 10 MISCELLANEOUS 15 10.01 AUDIT RIGHTS; INSPECTION 15 10.02 ENTIRE AGREEMENT 16 10.03 SUCCESSORS AND ASSIGNS 16 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 16 10.05 APPLICABLE LAW AND VENUE OF LITIGATION 16 10.06 NOTICES 16 10.07 INTERPRETATION 18 10.08 JOINT PREPARATION 18 Southwest (SW) Streetscape and Street Tree Master Plan Services 1 City of Miami, Florida RFQ 16-17-006 10.09 PRIORITY OF PROVISIONS 18 10.10 MEDIATION - WAIVER OF JURY TRIAL 18 10.11 TIME 18 10.12 COMPLIANCE WITH LAWS 18 10.13 NO PARTNERSHIP 19 10.14 DISCRETION OF DIRECTOR 19 10.15 RESOLUTION OF CONTRACT DISPUTES 19 10.16 INDEPENDENT CONTRACTOR 20 10.17 CONTINGENCY CLAUSE 20 10.18 THIRD PARTY BENEFICIARY 20 10.19 ADDITIONAL TERMS AND CONDITIONS 20 ATTACHMENT A - SCOPE OF WORK 24 ARTICLE Al GENERAL 24 A1.01 SCOPE OF SERVICES 24 A1.02 WORK ORDERS ... 24 A1.03 PAYMENTS 25 ARTICLE A2 OVERVIEW OF PROJECT SERVICES 25 A2.01 DEVELOPMENT OF OBJECTIVES 25 A2.02 SCHEMATIC DESIGN 25 A2.03 DESIGN DEVELOPMENT 26 A2.04 CONSTRUCTION DOCUMENTS 27 A2.05 BIDDING AND AWARD OF CONTRACT 29 A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT 29 A2.07 TIME FRAMES FOR COMPLETION 32 ARTICLE A3 ADDITIONAL SERVICES 33 A3.01 GENERAL 33 A3.02 EXAMPLES 33 A3.03 ADDITIONAL DESIGN 33 ARTICLE A4 REIMBURSABLE EXPENSES 34 A4.01 GENERAL 34 A4.02 SUB CONSULTANT REIMBURSEMENTS 34 ARTICLE A5 CITY'S RESPONSIBILITIES 34 A5.01 PROJECT AND SITE INFORMATION 34 A5.02 CONSTRUCTION MANAGEMENT 35 SCHEDULE Al - SUB CONSULTANTS 36 SCHEDULE A2 - KEY STAFF 36 ATTACHMENT B - COMPENSATION AND PAYMENTS 37 ARTICLE BI METHOD OF COMPENSATION 37 B1.01 COMPENSATION LIMITS 37 B1.02 CONSULTANT NOT TO EXCEED 37 ARTICLE B2 WAGE RATES 37 B2.01 FEE BASIS 37 62.02 EMPLOYEES AND JOB CLASSIFICATIONS 37 82.03 MULTIPLIER 37 B2.04 CALCULATION 38 B2.05 EMPLOYEE BENEFITS AND OVERHEAD 38 B2.06 ESCALATION 38 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION 38 B3.01 LUMP SUM 38 83.02 HOURLY RATE FEES 38 83.03 REIMBURSABLE EXPENSES 39 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES 39 B3.05 FEES FOR ADDITIONAL SERVICES 39 83.06 PAYMENT EXCLUSIONS 40 B3.07 FEES RESULTING FROM PROJECT SUSPENSION 40 ARTICLE B4 PAYMENTS TO THE CONSULTANT 40 B4.01 PAYMENTS GENERALLY 40 B4.02 FOR COMPREHENSIVE BASIC SERVICES 40 B4.03 BILLING - HOURLY RATE 40 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES 40 B4.05 DEDUCTIONS 41 Southwest (SW) Streetscape and Street Tree Master Plan Services 2 City of Miami, Florida RFQ 16-17-006 ARTICLE B5 REIMBURSABLE EXPENSES 41 B5.01 GENERAL 41 B5.02 REIMBURSEMENTS TO THE SUB CONSULTANTS 41 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 41 B6.01 GENERAL 41 SCHEDULE B1 — WAGE RATES SUMMARY 42 SCHEDULE B2 — CONSULTANT INVOICE 43 Southwest (SW) Streetscape and Street Tree Master Plan Services 3 City of Miami, Florida RFQ 16-17-006 CITY OF MIAMI PLANNING AND ZONING DEPARTMENT PROFESSIONAL SERVICES AGREEMENT Service Category Southwest (SW) Streetscape and Street Tree Master Plan Services (RFQ No. 16-17-006) Contract Type Project Specific Consultant TBD Consultant Office Location TBD City Authorization TBD Agreement Number TBD THIS AGREEMENT made this day of in the year 2017 by and between THE CITY OF MIAMI, FLORIDA, a Florida municipal corporation, hereinafter called the "City," and (Consultant's Name), hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 16-17-006 on C? ck',, re to 2.t a tc t. for the provision of a full range of urban design and planning, landscape architecture and engineering services in the development of the Southwest Streetscape and Street Tree Master Plan Project (the "Project") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents, and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Southwest (SW) Streetscape and Street Tree Master Plan Services 4 City of Miami, Florida RFQ 16-17-006 ARTICLE 1 DEFINITIONS 1.01 Additional Services mean any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments mean the Attachments to this Agreement are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services mean those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency which is a party hereto and for which this Agreement is to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City". For the purposes of this Agreement, "City" without modification shall mean the City Manager. 1.08 Commission means the legislative body of the City of Miami. 1.09 Community Business Enterprise ("CBE") means a firm which has been certified by Miami -Dade County who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the prime proposer as required pursuant to City Code Section 18-87. 1.10 Consultant means the individual, partnership, corporation, association, joint venture, or any combination thereof, of properly registered professional architects, or engineers, which has entered into this Agreement to provide professional services to the City. 1.11 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.12 Department means or refers to the City of Miami's Planning and Zoning Department. 1.13 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project(s) covered under this Agreement. Unless otherwise specified herein or in a Work Order, for the purpose of this Agreement, the Director is the top administrator of the Planning and Zoning Department or their designee. 1.14 Errors mean items in the plans, specification or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the construction contractor to perform rework or additional work or which causes a delay to the completion of construction. 1.15 Errors and Omissions mean design deficiencies in the plans, specifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. Southwest (SW) Streetscape and Street Tree Master Plan Services 5 City of Miami, Florida RFQ 16-17-006 1.16 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.17 Key Personnel means Staff positions assigned on a full-time basis to the Program by the Program Coordinator with the Director's approval, to serve as an extension of the City's staff typically working inside the City's Miami Riverside Center (MRC) or other requested City facility. 1.18 Notice to Proceed ("NTP) means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that the Consultant may begin work on the Project. 1.19 Omissions mean items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.20 Primary Services mean those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A, Scope of Services of this Agreement. 1.21 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.22 Program means the City's multi -year Capital Plan, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.23 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.24 Professional Services mean those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services", as applicable, which are within this definition. 1.25 Professional Services Agreement ("Agreement" or "PSA) means this Agreement and all attachments and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.26 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement or increase the Project Budget, among other matters. 1.27 Risk Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. Southwest (SW) Streetscape and Street Tree Master Plan Services 6 City of Miami, Florida RFQ 16-17-006 1.28 Scope of Services or Services mean a comprehensive description of the activities, tasks, design features, objectives, deliverables and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.29 Sub consultant/Subcontractor means a person or organization of properly registered professional architects, engineers, registered surveyors or mappers, and/or other professional specialties that has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.30 Wage Rates mean the effective direct expense to the Consultant and/or the Sub consultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement that justify and form the basis for professional fees, regardless of actual manner of compensation. 1.31 Work means all services, materials and equipment provided by, or under this Agreement with the Consultant. 1.32 Work Order means a document internal to the City which authorizes the performance of specific professional services for a defined Project or Projects. 1.33 Work Order Proposal means a document prepared by the Consultant at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. Southwest (SW) Streetscape and Street Tree Master Plan Services 7 City of Miami, Florida RFQ 16-17-006 ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall be effective until final completion of construction of the Project and Final Payment is made to the Consultant. The City, by action of the City Manager, shall have the option to extend this Agreement subject to the continued satisfactory performance as determined by the Director of the Planning and Zoning Department, and to the availability and appropriation of funds. City Commission authorization of this Agreement includes delegation of authority to the City Manager to administratively approve said extensions provided that the compensation limits set forth in Article 2.04-1, Compensation Limitations are not exceeded. 2.01-1 EXTENSION OF EXPIRATION DATE In the event the Consultant is engaged in any Project(s) on the Agreement expiration date, then this Agreement shall not expire and shall remain in effect until completion or termination of said Project(s). No new Work Orders shall be issued after the expiration date. 2.02 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work, hereto (to be determined), which is incorporated into and made a part of this Agreement. 2.03 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPATION REQUIREMENTS ORDINANCE 13331, codified as Section 18-87(p), City Code. Prospective Firms must adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE") in good standing; 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries (within the City limits). For information on the City's CBE requirements, visit the Office of Capital Improvements (OCI) website at: http://www.miamigov.com/CITP/forms.html 2.04 COMPENSATION 2.04-1 COMPENSATION LIMITS The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, Compensation and Payments, hereto, which is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation exceed (total value of award) ($000,000.00) in total over the term of the Agreement and any extension(s), unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. Said fee is comprised of a fee for Basic Services of $000,000.00 plus $00,000.00 for Additional Services and $00,000.00 for Reimbursable Expenses. The City may, in its sole and absolute discretion use other compensation methodologies. The work may never exceed the limitations provided in Section 287.055, Florida Statutes for "Continuing Contracts".. 2.04-2 PAYMENTS Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be Southwest (SW) Streetscape and Street Tree Master Plan Services 8 City of Miami, Florida RFQ 16-17-006 accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper invoice" as defined by Section 218.72 (1), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills for authorized and approved travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Scheduled B2 - Consultant Invoice, for the submission of invoices. ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said other person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written request to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Sub consultants or Subcontractors, or any personnel of any such Sub consultants or Subcontractors engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to said employees work under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, on the basis of qualifications of particular staff identified in the Consultant's response to the City's solicitation,. hereinafter referred to as "Key Staff'. The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written acceptance from the Director or their designee to change Key Staff. The Consultant shall provide Director, or their designee with such information as necessary to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such acceptance shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed (NTP) issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claim by the Consultant for extra compensation. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with Florida Administrative Code Rule 61G15- 19.001(4) and Section 471.033(1) of the Florida Statutes, as amended. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the Southwest (SW) Streetscape and Street Tree Master Plan Services 9 City of Miami, Florida RFQ 16-17-006 professional quality, technical accuracy and coordination of all designs, drawings, specifications, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. ARTICLE 4 SUB CONSULTANTS 4.01 GENERAL 4.01-1 A Sub consultant, as defined in Article 1.29, Sub consultant/Subcontractor, is a firm that was identified as part of the consulting team in the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al, Sub consultants/Subcontractors attached hereto and incorporated herein by reference. 4.01-2 A Specialty Sub consultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and specialized professional services necessary for the Project or task described under Additional Services. Such Specialty Sub consultant shall be in addition to those identified in Attachment A, Schedule Al, Sub consultants/Subcontractors. 4.02 SUB CONSULTANT/SUBCONTRACTOR RELATIONSHIPS 4.02-1 All services provided by the Sub consultants shall be performed pursuant to appropriate written agreements between the Consultant and the Sub consultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Sub consultants. The Consultant acknowledges that the Sub consultants are entirely under his direction, control, supervision, retention and/or discharge. 4.03 CHANGES TO SUB CONSULTANTS The Consultant shall not add, modify, or change any Sub consultant listed in Attachment A, Schedule Al, Sub consultants/Subcontractors without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed substitution. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement, or fails to perform any of its obligations hereunder, or fails to comply with any applicable law, code, rule, regulation or permit, in performing this Agreement, then the Consultant shall be in default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also Southwest (SW) Streetscape and Street Tree Master Plan Services 10 City of Miami, Florida RFQ 16-17-006 suspend or withhold reimbursements from the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein, or fails to complete the Work in a timely manner as required by this Agreement. 5.02-4 The Consultant fails to comply with any term, condition, obligation or covenant of this Agreement, as defined herein, which is to be performed by the Consultant. 5.02-5 The Consultant fails to comply with any applicable code, law, rule, or regulation applicable to the Consultant's performance of this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE The City, through the Director or Director's authorized designee, shall provide written notice to the Consultant as to a finding of default, and the Consultant shall take all necessary action to cure said default within time the stipulated in said notice, after which time, the City may terminate the Agreement. The City, at its sole and absolute discretion, may allow additional days to perform any required cure if the Consultant provides written justification deemed reasonably sufficient. If the Default has not been corrected by the Consultant within the time specified, the Agreement shall be automatically terminated on the last day of the time stipulated in said notice, without the necessity of any further action by the City. Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the 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 or Director's authorized designee has the right to terminate this Agreement for any reason or no reason, upon ten (10) business days' written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other documents, including all electronic copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or designee. The Consultant shall be paid in accordance with provisions of Attachment B, Compensation and Payments, provided that said documentation is turned over to Director or designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to retain the fees, and allowable costs or reimbursable expenses, earned compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may have, or will have against the City, its officials or employees. Southwest (SW) Streetscape and Street Tree Master Plan Services 11 City of Miami, Florida RFQ 16-17-006 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to deduct from the contract price, or otherwise recover, the full amount of such fee, commission, percentage, gift, or consideration. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS' All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit the site for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure of the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant agreements and/or Work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, and by virtue of signing this Agreement the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings where such information has been properly 12 Southwest (SW) Streetscape and Street Tree Master Plan Services City of Miami, Florida RFQ 16-17-006 subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, Sub consultants/Subcontractors to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant will keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation will be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above; provided, however such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) keep and maintain public records that ordinarily and necessarily would be required by the City to perform this service; (2) provide the public with access to public records on the same terms and conditions as the City would at the cost provided by Chapter 119, Florida Statutes, or as otherwise provided by law; 3) ensure that public records that are exempt or confidential and exempt from disclosure are not disclosed except as authorized by law; (4) meet all requirements for retaining public records and transfer, at no cost, to the City all public records in its possession upon termination of this Agreement and destroy any duplicate public records that are exempt or confidential and exempt from disclosure requirements; and, (5) provide all electronically stored public records to the City in a format compatible with the City's information technology 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. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Contract and shall expressly require any Sub consultant performing work or providing services pursuant to the Contract to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. ARTICLE 8 INDEMNIFICATION It is the City's longstanding policy that the Consultant shall indemnify, hold harmless, and defend (at its own expense) the City, its officers, agents, directors, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory or similar claims, injuries or damages arising or resulting from the permitted work, even if it is alleged that the City, its officials and/or employees were negligent. These Southwest (SW) Streetscape and Street Tree Master Plan Services 13 City of Miami, Florida RFQ 16-17-006 indemnifications shall survive the term of this Contract. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The indemnification provided above shall obligate the Consultant to defend, at its own expense, to and through appellate, supplemental or bankruptcy 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. This indemnity will survive the cancellation or expiration of the Agreement. This indemnity will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.06 and Section 725.08, Florida Statutes, as applicable and as amended. The Consultant shall require all Sub consultant agreements to include a provision that they will indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City, in no way, assumes or shares any responsibility or liability of the Consultant or Sub consultant under this Agreements. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained all insurance required hereunder and the City's Risk Administrator or their authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A-, in accordance with A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Risk Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount and classification required by these provisions, in excess of any pending claims at the time of contract award to the Consultant. The Consultant shall maintain coverage with equal or better rating as identified herein for the term of this Agreement. The Consultant shall provide written notice to the City's Department of Risk Management of any material change, cancellation and/or notice of non -renewal of the insurance within thirty (30) calendar days of the change. Southwest (SW) Streetscape and Street Tree Master Plan Services 14 City of Miami, Florida RFQ 16-17-006 The Consultant shall furnish copies of insurance policies pertaining to this Agreement to Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03-1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY: The Consultant shall maintain commercial general liability coverage written on a primary and non-contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favorite of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read (30) calendar days and (10) business days for nonpayment. 9.03-2 BUSINESS AUTOMOBILE: The Consultant shall provide business automobile liability coverage including coverage for all owned, hired and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read (30) calendar days and (10) business days for nonpayment. 9.03-3 PROFESSIONAL LIABILITY INSURANCE: The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000.00 per claim, $1,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in. connection with this Agreement. This insurance shall be maintained for at least one year after completion of the construction and acceptance of the Project covered by this Agreement. Coverage must reference the retroactive date. 9.03-4 WORKER'S COMPENSATION INSURANCE: The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03-5 SUB CONSULTANT COMPLIANCE: The Consultant shall ensure that all Sub consultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market, and may request additional consideration from the City accompanied by justification. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City Southwest (SW) Streetscape and Street Tree Master Plan Services 15 City of Miami, Florida RFQ 16-17-006 contracts set forth in Section 18-101 and Section 18-102, City Code, are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of any other breach of any provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The 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, successors, legal representatives and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by 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 following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. Southwest (SW) Streetscape and Street Tree Master Plan Services 16 City of Miami, Florida RFQ 16-17-006 For the present, the parties designate the following as the respective places for giving of notice: For City of Miami: Daniel Alfonso City Manager Office of the City Manager City of Miami 444 S.W. 2"d Avenue, 10th Floor Miami, Florida 33130-1910 Email: dialfonso(a miamigov.com Phone: 305-416-1025 Annie Perez, CPPO Director Department of Procurement City of Miami 444 S.W. 2nd Avenue, 6th Floor Miami, Florida 33130-1910 Email: annieperezamiamigov.com Phone: 305-416-1910 Victoria Mendez City Attorney Office of the City Attorney City of Miami 444 S.W. 2nd Avenue, 9th Floor Miami, Florida 33130-1910 Email: victoriamendezP.miamigov.com Phone: 305-416-1832 With Copies to: Francisco Garcia Director Planning and Zoning Department City of Miami 444 S.W. 2nd Avenue,3rd Floor Miami, Florida 33130-1910 Email: fgarcia(a�miamigov.com Phone: 305-416-1400 For Consultant: (TBD) Southwest (SW) Streetscape and Street Tree Master Plan Services 17 City of Miami, Florida RFQ 16-17-006 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any particular sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all of the subsections of such Section, unless the reference is made to a particular subsection or subparagraph of such Section or Article. 10.08 JOINT PREPARATION Preparation of this Agreement has been a joint effort of the City and the Consultant and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION - WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and/or construction of the subject Project, and/or following the completion of the Project, 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 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Sub consultants and independent contractors retained for the Project, 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 or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto, and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and 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 Southwest (SW) Streetscape and Street Tree Master Plan Services 18 City of Miami, Florida RFQ 16-17-006 no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 NON-DISCRIMINATION: The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status or national origin. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status or national origin, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA COMPLIANCE: The Consultant warrants that it will comply with at safety precautions as required by federal, state or local laws, rules, regulations and ordinances. 10.12-3 The City reserves the right to refuse the Consultant's access to City property, including Project jobsites, if the Consultant employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- compliance with safety regulations is exhibited by the Consultant. 10.12-4 ADA COMPLIANCE: The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative steps to insure nondiscrimination in employment of disabled persons. 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise, or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract, liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or their authorized designee. 10.15 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 of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute, the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of PZ, as identified in Article 10.06, Notices. Upon receipt of said notification the Director of PZ shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of PZ fail to resolve the dispute, the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification the Director of Procurement shall review the issues relative to the dispute and issue a written finding. Southwest (SW) Streetscape and Street Tree Master Plan Services 19 City of Miami, Florida RFQ 16-17-006 The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (I) it has first received City Manager's written decision, approved by City Commission if applicable, or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant, and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for program activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in program requirements and/or regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the Project, no additional terms or conditions which materially or substantially vary, modify or alter the terms or conditions of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. Southwest (SW) Streetscape and Street Tree Master Plan Services 20 City of Miami, Florida RFQ 16-17-006 IN WITNESS WHEREOF, the parties have executed this Agreement No. Click here to enter text. as of the day and year first above written. WITNESS/ATTEST: Consultant, (TBD) Signature Signature Print Name, Title Print Name, Title of Authorized Officer or Official ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: CITY OF MIAMI, a municipal corporation of the State of Florida Todd B. Hannon, City Clerk Daniel J. Alfonso, City Manager APPROVED AS TO INSURANCE APPROVED AS TO LEGAL FORM AND REQUIREMENTS: CORRECTNESS: Ann Marie Sharpe, Director Victoria Mendez, City Attorney Risk Management Department Southwest (SW) Streetscape and Street Tree Master Plan Services 21 City of Miami, Florida RFQ 16-17-006 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a corporation organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 . Secretary: Print: CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of , held on the day of , a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Southwest (SW) Streetscape and Street Tree Master Plan Services 22 City of Miami, Florida RFQ 16-17-006 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (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 , 20 Signed: Print: NOTARIZATION STATE OF SS: COUNTY OF The foregoing instrument was acknowledged before me this day of , 20 , by , who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC Southwest (SW) Streetscape and Street Tree Master Plan Services 23 City of Miami, Florida RFQ 16-17-006 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The Consultant shall perform the specialty design work for the Click here to enter text. Project. The City of Miami's (the "City") intention is to complete the Click here to enter text. project to Click here to enter text. in accordance with the Scope of Services described in Request for Qualifications (RFQ) Click here to enter text. and this Agreement. The Consultant shall provide comprehensive Click here to enter text. design services for the City, including but not limited to, Click here to enter text., and other related Click here to enter text, services as needed to complete the Project. Consultant shall provide professional Click here to enter text. services for the Project for which Consultant was selected in accordance with Section 287.055 Florida Statutes, as amended, otherwise known as the Consultants' Competitive Negotiations Act (CCNA). The City may also require the Consultant to perform surveying (three-man and four -man crews), geotechnical investigations and testing, landscaping architecture, roadway lighting, traffic signalization, public involvement, and related services necessary for the design and preparation of construction documents for the Project. Consultant shall provide design, construction documents, construction administration and related services necessary for the design, construction engineering and inspection services for the Project. A1.01 SCOPE OF SERVICES A1.01-1 The Consultant agrees to provide comprehensive Professional Services in accordance with all applicable laws, building and environmental regulations, including the Florida Building Code and the City of Miami, Florida, Code of Ordinances, and as set forth in this Agreement and further enumerated in a Work Order. Consultant may be required to perform all or some of the services presented in this Agreement, depending on the needs of the City for the Project. Consultant shall furnish, as Basic Services, comprehensive professional Click here to enter text. services for the Project. A1.01-2 The City will phase the Work required to complete the Project so that the Project is designed and constructed in the most logical, efficient, and cost effective manner. The Consultant shall be directed to proceed with each phase of the Project through the use of Work Order Proposals and Work Orders. A1.02 WORK ORDERS When OCI has determined that a specific phase of the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Sub consultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. Southwest (SW) Streetscape and Street Tree Master Plan Services 24 City of Miami, Florida RFQ 16-17-006 A1.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments. No payment will be made for the Consultant's time or services in connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order, NTP and/or Purchase Order. ARTICLE A2 OVERVIEW OF PROJECT SERVICES Consultant agrees to provide complete civil engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, County and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work, Consultant shall perform all Work in compliance with Florida Administrative Code Rule 61 G15-19.001(4) and Section 471 .033(I) (g) of the Florida Statutes. Consultant shall perform due diligence, iri nQaccordance with best industry practices, in gathering information and inspecting a Project site prior to the commencernentofdesign. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. A2.01 DEVELOPMENT OF OBJECTIVES A2.01-1 Consultant shall confer with representatives of City, the Project Manager, and other jurisdictional agencies to develop several options for how the various elements of the project will be designed and constructed. A2.01-2 Consultant shall, utilizing a compilation of available documentation, confer with representatives of City, the Project Manager, and other jurisdictional agencies in order to comprehensively identify aspects of the completed Project that may require further refinement to attain the requisite detail of design development required to begin the creation of Construction Documents. For clarity of scope, the items that need further development will be called Conceptuals and the remaining items will be called Designs. A2.01-3 Consultant shall prepare written descriptions of the various options and shall participate in presentations to multiple groups explaining alternative options. Sufficient detail shall be provided to support the presentation materials. WE ASSUME THAT SECTIONS A2.02 THROUGH A2.07 WILL BE MODIFIED TO CONFORM WITH SCOPE DELIVERABLES AS INDICATED IN RFQ, {Formatted: Font color: Red - -{ Formatted: Highlight -{ Formatted: Highlight Southwest (SW) Streetscape and Street Tree Master Plan Services 25 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 26 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 27 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 28 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 29 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 30 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 31 City of Miami, Florida Southwest (SW) Streetscape and Street Tree Master Plan Services RFQ 16-17-006 32 City of Miami, Florida RFQ 16-17-006 ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Attachment A, Schedule A-1, Sub consultants/Subcontractors herein, Additional Services may include, but are not limited to the following: A3.02-1 APPRAISALS: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A3.02-2 SPECIALTY DESIGN: Any additional special professional services not included in the Scope of Work. A3.02-3 PRE -DESIGN SURVEYS AND TESTING: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. A3.02-4 EXTENDED TESTING AND TRAINING: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, subcontractor, or equipment manufacturer. A3.02-5 MAJOR REVISIONS: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant. (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 EXPERT WITNESS: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 MISCELLANEOUS: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. Southwest (SW) Streetscape and Street Tree Master Plan Services 33 City of Miami, Florida RFQ 16-17-006 ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Sub consultant for the purposes listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 COMMUNICATIONS EXPENSES: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between the Consultant's various permanent offices and Sub consultants. The Consultants field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this Agreement. A4.01-2 REPRODUCTION, PHOTOGRAPHY: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultants part of the work, set forth in this Agreement. A4.01-3 GEOTECHNICAL INVESTIGATION: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 PERMIT FEES: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the Consultant. A4.01-5 SURVEYS: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 OTHER: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or their designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. A4.02 SUB CONSULTANT REIMBURSEMENTS Reimbursable Sub consultant expenses are limited to the items described above when the Sub consultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 SURVEYS: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A5.01-2 SOIL BORINGS, GEOTECHNICAL TESTING: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an Southwest (SW) Streetscape and Street Tree Master Plan Services 34 City of Miami, Florida RFQ 16-17-006 appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 GENERAL PROJECT INFORMATION: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 EXISTING DRAWINGS: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of itemized requirements, "Normal Requirements," must be authorized in advance. A5.01-5 RELIABILITY: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 above, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A5.02-2 If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. Southwest (SW) Streetscape and Street Tree Master Plan Services 35 City of Miami, Florida ATTACHMENT A - SCOPE OF WORK RFQ 16-17-006 SCHEDULE Al - SUB CONSULTANTS/SUBCONTRACTORS FIRM NAME CONSULTING FIELD SCHEDULE A2 - KEY STAFF STAFF MEMBER NAME JOB CLASSIFICATION Southwest (SW) Streetscape and Street Tree Master Plan Services 36 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rates, and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.04-1, Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where; specifically approved in accordance with the City Code by the City Manager or City Commissidn as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Attachment B, Schedule B1 - Wage Rates Summary, incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Sub consultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Attachment B, Schedule B1 - Wage Rates Summary identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, Southwest (SW) Streetscape and Street Tree Master Plan Services 37 ATTACHMENT B - COMPENSATION AND PAYMENTS subscriptions, stenographic, administrative and clerical support, other employee time or travel and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones and deliverables identified under the Scope of Work as exemplified in Attachment A, Schedule A2 - Key Staff. B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g., sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits) and an overhead factor. Failure to comply with this section shall be cause for cancellation of this Agreement. B2.06 ESCALATION There shall be no escalation clause as part of this Agreement. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 LUMP SUM: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 MODIFICATIONS TO LUMP SUM: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by ;`legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Sub consultant employees identified in Attachment B, Schedule B1 - Wage Rates Summary. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost or expense above this figure B3.02-2 CONDITIONS FOR USE: Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify and/or calculate the complete nature, and/or aspects, tasks, man-hours, or milestones for a particular Project or portion thereof at the time of Work Order issuance. Hourly Rate Southwest (SW) Streetscape and Street Tree Master Plan Services 38 ATTACHMENT B - COMPENSATION AND PAYMENTS Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or their designee including, without limitation, detailed bills, itemized invoices and/or copies of cancelled checks. B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director willbe considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. B3.05 FEES FOR ADDITIONAL SERVICES The Consultant may;: be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Articles A4 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets which can be r found on the City's Webpage at http://www.miamigov,com/CITP/forms.html. The web.page also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. B3.05-1 DETERMINATION OF FEE: The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. B3.05-2 PROCEDURE AND COMPLIANCE: An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. B3.05-6 FEE LIMITATIONS: Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other Southwest (SW) Streetscape and Street Tree Master Plan Services 39 ATTACHMENT B - COMPENSATION AND PAYMENTS employees time or travel and subsistence not directly related to the Project. For all reimbursable services and Sub consultant costs, the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. B3.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant, as determined by the City. B3.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Sub consultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form which can be found on the OCI website at http://www.miamigov.com/CITP/forms.html. Failure to submit invoice(s) within 60 days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on the Project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Sub consultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on the Project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Southwest (SW) Streetscape and Street Tree Master Plan Services 40 ATTACHMENT B- COMPENSATION AND PAYMENTS Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Sub consultants engaged on the Project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Sub consultants, and the Specialty Sub consultants in the interest of the Work for the purposes identified below: B5.01-1 TRANSPORTATION: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 TRAVEL AND PER DIEM: Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. B5.01-3 COMMUNICATION EXPENSES: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between Consultant and Sub consultants. B5.01-4 REPRODUCTION, PHOTOGRAPHY: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to deliver services set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. B5.01-5 PERMIT FEES: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5.01-6 SURVEYS: Site surveys and special purpose surveys when pre -authorized by the Project Manager. B5.02 REIMBURSEMENTS TO THE SUB CONSULTANTS Reimbursable Sub consultant's expenses are limited to the items described above when the Sub consultant agreement provides for reimbursable expenses and when such agreement has been previously approved in, writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5, Reimbursable Expenses, herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. Southwest (SW) Streetscape and Street Tree Master Plan Services 41 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED NOT TO EXCEED HOURLY RATE (Multiplier Applied) Southwest (SW) Streetscape and Street Tree Master Plan Services 42 ATTACHMENT B - COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE VEME TSa: TRANBPQFtTAT1 N5#3LTANT $TiPNDASt6 (tivci of Miami aal Imprown..mu 6 Trnr po,l tiae Pmgran SW 2nd Avenue - BU[ Floar 4 3313tt Prem. *maim flora/me averiao QeM:-Man levee.* Patiod_,Fia�a; M ar/e% ®OO ATE,. a.cwie ' Skan a soya . Cxb maeca moan IM naq by own apiece.. backup eavunvu Mra1;Manrne, MOO fDl4^86 30%CmaUueu(I Demmer, LM% 031 =O0%C.nereetk l Ona nealt tOW. lfl Common O I,m.Ma mmsCn? uq%c:o.. aw.sr LacDma+ala On" cbl diO7_ Cennnotcn AlmI<r E44.04,CA _._._!..i.. Caa.ous4m ndnsmtrmm ACAI...,,_..............,............. i CITTOF MIAMI APPROVAL: • Jeavaarry RarJuers P:E:_ ,�DREGTGR ina eanbaat __. OC NOT COMPUTE. TO n8 GOMPLBTBO O T CITY O Southwest (SW) Streetscape and Street Tree Master Plan Services O' 43 CURTIS ROGER S DESIGN STUDIO INC. Landscape Architecture 7 5 2 0 S. RED ROAD S UITE M SOUTH MI AMI FLORIDA 3 3 1 4 3 TELEPHONE 305-442-1774 FACSIMILE 305-445-9488 L L C. LC 000241 www.curfisrogers.com June 26, 2017 Mr. Todd Harmon City of Miami Office of the City Clerk 3500 Pan American Drive, 15} Floor Miami, FL 33133 Re: RFQ 16-17-003 Agreement ( Exhibit 2) Derr Mr Harmon: Curtis + Rogers Design Studio, Inc. has no comments or exceptions to the draft Agreement. We assume that the scope section A2-Overview of Services will be tailored for this project as well as the deliverables and time frame. Sincerely, alc(ak, Aida M. Curtis, ASLA President RFQ 16-17-006 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 31, 2017 Addendum No. 2, Dated June 2, 2017 Addendum No. 3, Dated June 8, 2017 Addendum No. 4, Dated June 14, 2017 Addendum No. 5 Dated June 21, 2017 6.1.1 RFQ No.: 16-17-006 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: Curtis & Rogers Design Studio, Inc. Proposing Firm's Name 7520 S. Red Road, Ste M Principal Business Address 305 442 1774 Telephone 305 445-9488 Fax aida@curtisrogers.com E-mail address Aida M. Curtis Name President Title Authorized Signature SW Streetscape and Street Tree Master Plan Services 29 RFQ 16-17-006 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF Florida ) SS: COUNTY OF Miami -Dade ) I HEREBY CERTIFY that a meeting of the Board of Directors of the Curtis & Rogers Design Studio, Inc. a corporation existing under the laws of the State of Florida , held on May 18 20 17 , the following resolution was duly passed and adopted: "RESOLVED, that, Aida M. Curtis , as President of the Corporation, be and is hereby authorized to execute the Proposal dated, June 27, 20 17 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 27 , day of June , 20 17 . Secretary - (SEAL) FAILURE TO COMPLETE, S1GN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL SW Streetscape and Street Tree Master Plan Services RFQ 16-17-006 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of city contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Convictio'n under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. SW Streetscape and Street Tree Master Plan Services 35 RFQ 16-17-006 (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 Firm's Name: Individual Name: Signature: Date: Curtis & Rogers Design Studio, Inc. M. Curtis June 27, 2016 SW Streetscape and Street Tree Master Plan Services 36 RFQ 16-17-006 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY OF MIAMI CODE 1, hereby certify that: I Aida M. Curtis am the (President/Secretary or Principal) of Curtis & Rogers Design Studio. Inc. (Proposer); ii) I have read Section 18-87 of the City of Miami Procurement Code; iii) (Proposer) Curtis & Rogers Design Studio, Inc hereby agrees to 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"); / AND iv) (Proposer) Curtis & Rogers Design Studio, Inc. hereby is certified by Miami -Dade County as a CBE firm and will self -perform to meet the minimum fifteen percent (15%) CBE requirement. An active copy of the Proposer's CBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (Iii), above, to certified CBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Pr-c,5( ifs,* Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Code on behalf of Proposer named therein in favor of the City. Subscribed and Sworn to before me this oh/ day of My commission expires: 03/d9 lac! '--P-)ar( • Bonded by: , 20a. Not- Public, St o Fl a at Lar_ge. N2 eirf .04.. Notary Public Stale ct Florida • Barbara Dlaz JMy Commission FF 213353 •Expires 03/24/200 SW Streetscape and Street Tree Master Plan Services 37 Letter of Agreement (LOA) Community Business Enterprise Program ("CBE") THIS SECTION MUST BE COMPLETED BY PRIME ,« FROM: Curtis & Rogers Design Studio, Inc. Name of Prime Proposer /Design -Build Firm In response to RFQ/RFP Number 16-17-003 , the undersigned hereby agrees to utilize the Community Business Enterprise ("CBE") firm listed below, performing the stated work at the stated percentage, if awarded the contract. The undersigned further certifies that the firm has been contacted and= properly apprised of the projected work assignment(s) to be performed Upon execution of the contract with the City of Miami. Further, by signing this Letter of Agreement ("LOA") the undersigned consents to adhere to the City of Miami Procurement Code 1 &-87, as amended. Name orate illiami-Dade County Certified CBE CBE -ME Certification No. CBE-A[E Certification Exp. Type of Work to be Performed (Technical Certification Categories) Percentage (%) Amount of Design Fee Biscayne Engineering Company 357 3/21/2020 & MapPin . 10%Bisca I certify that the representations contained in this form are true and accurate to the best of my knowledge, Principal/President's Signature Aida M. Curtis, President Principal/President's Name/Title 6/26/17 (Date) S.SECTION':M COMPIETEl3 BY 1 OPOSED' RM (SUUB CONSULTAI ACKNOWLEDGMENT BY THE PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide the required services consistent with normal industry practice and the ability to otherwise meet the proposal specifications, C CBE Principal's Signature Melissa Bolton Calabrese CEO 8/26/17 Date 6/26/17 CBE Principal's Name (Print) Title Date Biscayne Engineering Company Inc. Name of CBE. Firm FORM LOA Letter of Agreement (LOA) Community Business Enterprise Program ("CBE") HIS ION MUST BE COMRUED BY PRIME_ FROM: Curtis + Rogers Design Studio, Inc. Name of Prime Proposer / Design -Build Firm In response to RFQ/RFP Number 16-17-003 , the undersigned hereby agrees to utilize the Community Business Enterprise ("CBE") fiuui listed below, performing the stated work at the stated percentage, if awarded the contract. The undersigned further certifies that the firm has been contacted and properly apprised of the projected work assignment(s) to be performed upon execution of the contract with the City of Miami. Further, by signing this Letter of Agreement ("LOA") the undersigned consents to adhere to the City of Miami Procurement Code 18-87, as amended. Name of the Miami -Dade County Certified CBE CBE-A/E Certification No, CBE-A/E Certification Exp. Type of Work to be Performed (Technical Certification Categories) Percentage (%) Amount of Design Fee E Science Nnc. 13869 2/28/2018 Environmental, 10% I ce fy that the representations contained in this form are true and accurate to the best of my knowledge. Principal/President's Signature ,S=SECTEOFFMU#S Aida M. Curtis, President Principal/President's Name/Title RI EYED BYNI POSED CBE ARM SB- 6/26/17 (Date) ACKNOWLEDGMENT BY THE PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide r • quired services co 'stent with normal industry practice and the ability to otherwise meet the proposal specificaii • ... :1;0 CBE Principal's Signature Peter K. Partlow, PE President 6-13-2017 Date 6-13-2017 CBE Principal's Name (Print) Title Date E Sciences, Incorporated Name of CBE Firm FORM LOA Letter of Agreement (LOA) Community Business Enterprise Program ("CBE") THIS SECTION MUST BE COMPLETED BY PRIME FROM: Curtis & Rogers Design Studio Name of Prime Proposer / Design -Build Firm In response to RFQ/RFP Number 16-17-006 , the undersigned hereby agrees to utilize the Community Business Enterprise ("CBE") firm listed below, perfonning the stated work at the stated percentage, if awarded the contract. The undersigned further certifies that the firm has been contacted and properly apprised of the projected work assignment(s) to be performed upon execution of the contract with the City of Miami. Further, by signing this Letter of Agreement ("LOA") the undersigned consents to adhere to the City of Miami Procurement Code 18-87, as amended. Name of the Miami -Dade County Certified CBE CBE-A/E Certification No. CBE-A/E Certification Exp. Type of Work to be Performed (Technical Certification Categories) Percentage (%) Amount of Design Fee Media Relations Group, LLC 10968 (SBD) 3/31/18 Public Information Services I certify that the representations contained in this form are true and accurate to the best of my knowledge. Principal/President's Signature Aida M. Curtis, President Principal/President's Name/Title 6/27/17 (Date) 'THIS SECTION MUST BE COMPLETED BY PROPOSED CBE FIRM (SUB-C©NSDLTAr ACKNOWLEDGMENT BY THE PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide the reuirel services consistent wit normal industry practice and the ability to otherwise meet the proposal specification CBE Principal's Signature Alicia Gonzalez President CBE Principal's Name (Print) Title Media Relations Group, LLC Name of CBE Firm 6/26/17 Date 6/26/17 Date FORM LOA Title: City of Miami- SW Streetscape and Street Tree Master Plan Services List of Subconsultants RFQ No.: 16-17 006 Completion of Form This form is initially to be completed and submitted with the RFQ listing all Subconsultants to be used under this Agreement. This form is to be updated after award of the Contract as additional Subconsultants are added or changed. Identify the type of license(s) the company has and note any SBE, CBE, CSBE or DBE (Miami -Dade County) or (FDOT) certifications. No other certifications are being requested to be identified. Submit additional pages as necessary. Name of Firm Address Scope of Work Professional Licenses Business Category FDOT/SBE/CBE/DBE Certification Value of Work % of Work Local Office Landscape 61 9th Street, Brooklyn, NY 11215 el Urban Design N/A N/A N/A N/A N/A E-Science 34 East Pine Street, Orlando, FL 32801 Environmental Specialist GB416 Environmental SBE, FDOT,CBE N/A 10% BCC Engineering 6401 SW 87th Ave. Miami, FL 33173 CI Traffic/ Transportation Engineering el CA 7184 Transportation Engineering N/A N/A N/A MRG 18001 Old Cutler Rd Palmetto Bay, FL 33157 El Public Relations N/A Public Relation SBE/ FDOT N/A N/A Biscayne Engineering, inc 529 W. Flagler St. Miami, FI 33130 Survey LB129 Surveyor CBE N/A 10% TGA 4649 Ponce de Leon Coral Gables, FL 33146 El Signage / Wayfinding N/A N/A N/A N/A N/A Lisa Hammer P.O. Box 33023 Miami, FI 330203 Horticulturist #SO-0758, RCA333 Horticulture N/A N/A N/A Note: Business Categories: SBE = Small Business Enterprise, CBE = Community Business Enterprise, CSBE = Community Small Business Enterprise, DBE = Disadvantaged Business Enterprise, FDOT = Florida Department of Transportation Name of Proposer: Curtis + Rogers Design Studio, Inc. Date: 06/23/2017 a 0-k-1 Name of Individual Completing Form: Aida M. Curtis Signature: FORM C-1 04/12 State of Florida Department of State I certify from the records of this office that CURTIS & ROGERS DESIGN STUDIO, INC. is a corporation organized under the laws of the State of Florida, filed on October 23, 1991. The document number of this corporation is S89127. 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 filed on January 18, 2017, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighteenth day of January, 2017 Secretary of State Tracking Number: CC9511008942 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication Miami Dade County Occupational License Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL - 00 NOT PAY 4396412 BUSINESS NAME/LOCATION CURTIS & ROGERS DESIGN STUDIO INC 7520 S RED RD #M SOUTH MIAMI FL 33143 RECEIPT NO, RENEWAL 4589132 EXPIRES SEPTEMBER 30, 2017 Must be dlsptayed at place of business Pursuant to County Code Chapter 9A - Art. 9 & 10 OWNER SEC. TYPE OF BUSINESS CURTIS & ROGERS DESIGN STUDIO INC 212 P.A./CORP/PARTNERSHIP/FIRM C/O AIDA M CURTIS PRES LCC000241 Employees) 1 PAYMENT RECEIVED BY TAX COLLECTOR $45.00 09/01/2016 CHECK21-16-117645 This Local Business To Receipt only confirms payment of the Local Business Tax. Tha Receipt is not a license, pemit,or a certification of the holders qualifications, to do business. Haider must comply with any governmental or nongovernmental reguiotory laws end requirements which apply to the business. The RECEIPT NO. above must be displayed an all commercial vehicles - Miami -Dade Cada Sec la-Z76. for more Information. visit yoownfemidada eeyrnomollector Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 2580778 BUSINESS NAME/LOCATION CURTIS AIDA M 7520 S RED RD #M SOUTH MIAMI FL 33143 RECEIPT NO. RENEWAL 2707678 OWNER SEC. TYPE OP BUSINESS CURTIS AIDA M 212 PROFESSIONAL C/O CURTIS & ROGERS DESIGN STUDIO INm001330 EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of buainese Pursuant to County Code Chapter BA - Art. 9 & 16 PAYMENT RECEIVED BY TAX COLLECTOR $60.00 09/01/2016 CHECK21-16-117634 This Local Business Tax Receipt only canflnns payment altos Local Rustiness Tax. The Receipt is net a license, permit, or a certification of the beide(s qualifications, to do business. Holder must amply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT N0, above must be displayed on all commercial vehicles -Miami -Bade Cede Sae Be-276. For mere information, visit zoggaridgmkglifLeeyttemolleelez Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A BILL --DO NOT PAY 6873559 BUSINESS NAME1LQCATION POMAVILLE JENNIFER 7520SRED RD#M SOUTH MIAMI FL 33143 RECEIPT NO. RENEWAL 7148497 OWNER EEC. TYPE OF BUSINESS POMAVILLE JENNIFER 212 PROFESSIONAL C/0 CURTIS & ROGERS DESIGN STUDIO8667093 EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter 8A -- Art,. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR $60.00 09/01/2016 CHECK21-16-117638 This Local Business Tax Receipt only confines payment of the Lined Business Tax. The Receipt is not a license, permit, or a certiliicatIon of the holder's qualifications, to do business. Holder must comply with any gavemmental or nongovernmental regulatory lows aIN raquiraments which apply to the business. Tha RECEIPT NO. above must he displayed on all commercial vehicles - Miami -Dade Code Sac Ra-218. For more intemsation, visit yyww,miamidade,, oihpxcoftector MIAMI miamidade.gov April 17, 2017 Ms. Aida M. C:urtis CURTIS. & ROGERS DESIGN STUDIO, INC. 7520 S. Red Road Suite M South Miami, FL 33143-0000 Dear Ms. Curtis: Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 637 Approval Date: 3/31/2017 Expiration Date: 3/31/2020 - SBE/AE TIER 2 Miami -Dade County Small Business Development (SBD)., a division of the Internal Services Department (ISD) has completed thereview of your application and attachments submitted for certification_ Your firm is officially certified as a Miami -Dade County Small Business Enterprise Architectural & Engineering (SBE/AE) in accordance with section 2-10.4.01 of the code of Miami -Dade County. This. (SBE/AE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of ',March 31) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed,, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's .three years certification. If the firm attains: graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code: Your company is certified in thecategories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures, Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http:/lwww.miamidade.gov/smallbusiness/certification-programs:asp. Thank you for your interest in doing business. with Miami -Dade County. Sincerely, Clau ious Thompson, SBD Section Chief Small Business Development Division CATEGORIES: (Yourflrm maybid or participate on contracts only under these categories) 2000 - LANDSCAPE. ARCHITECTURE (SSE/AE) 541320 - LANDSCAPE ARCHITECTURAL SERVICES. (SBE/AE) Itriamidade4pv April 17, 2017 Ms. Aida M. Curtis CURTIS & ROGERS DESIGN STUDIO, INC. 7520 S. Red Road Suite M South Miami, FL 33143-0000 Dear Ms. Curtis: Internal Services Department Small Business Development ill NW 1 Street, 19th Floor Miarni, Florida 3312B T 305-375-3111 F 305-375-3160 CERT NO: 10469 Approval Date: 3/31/2017 Expiration Date: 3/31/2020 SBE/GS MICRO TIER 2 Miami -Dade County Small Business Development (SBD), a division of the Internal 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 Goods & Services (SBE/GS) in accordance with section 2-8.1.1.1.1 of the code of Miami - Dade County, This (SBE/GS) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (March 31) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility In advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation..You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet•contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on trie Miarni-Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://wvvw.rniamidade,gov/srnallbusiness/certification-programs.asp. Thank you for your interest in doing business with Miami -Dade County, Sincerely, Claudious Thompson, -SBD Section Chief Small Business Development Division Ms. Aida M. Curtis CURTIS & ROGERS DESIGN STUDIO, INC. Cert No: 10469 April 17, 2017 Page 2 CATEGORIES: (Your firm may bid or participate on contracts only under these categories) 906 - ARCHITECT AND OTHER PROFESSIONAL. DESIGN SERVICES (SBEiGS) 90600 -ARCHITECTURAL SERVICES, PROFESSIONAL (SBE/GS) 90625 -DESIGN BUILD SERVICES (SBE/GS) 90654 -IRRIGATION, DRAINAGE, FLOOD CONTROL -ARCHITECTURAL (SBE/GS) 90656 - LANDSCAPE ARCHITECTURE (SBE/GS) 90664 - PLANNING, URBAN (COMMUNITY, REGIONAL, AREAW IDE, AND STATE) (SBE/GS) 90666 -PLANNING. SITE (INSTALLATION AND PROJECT) (S8E/GS) 90672 - RECREATION FACILITIES (PARKS, MARINAS, ETC.) - ARCHITECTURAL SERVICES (SBE/GS) 91873 -LANDSCAPING CONSULTING (SBE/GS) MIAMIDADE miamidade.gov April 1 0, 2017 Mr. George C. Bolton BISCAYNE ENGINEERING COMPANY, NC. 529 W Flagier St Miami, FL 33130 Dear Mr, Bolton: Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 357 Approval Date: 3/15/2017 - SBE/AE TIER 3 Expiration Date: 3/31/2020 Miami -Dade County Small Business Development (SBD), a division of the Internal 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 Small Business Enterprise Architectural & Engineering (SBE/AE) in accordance with section 2-10.4.01 of the code of Miami -Dade County. This (SBE/AE) certification is valid for three years provided that you. submit a "Continuing Eligibility Affidavit" on or before your anniversary date of (March 15) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification, You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firrn. including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, You will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as fisted below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County internal Services Department, Small Business Development Certified. Firms' Directory at the website http://www.miemidade.gov/smallbusiness/certification-programs.asp. Thank you for your interest in doing business with Miami -Dade County. Sincerely, Clau.dious Thompson, SBD Section Chief Small Business Development Division Mr. George C. Bolton BISCAYNE ENGINEERING COMPANY, INC. Cert No: 357 April 10, 2017 Page 2 CATEGORIES: (Your firm may bid or participate on contracts onlyunder these categories) 0301 - HIGHWAY SYSTEMS -SITE DEVELOP/PARKING LOT DESIGN (S13EJAEI D302 - HIGHWAY SYSTEMS -HIGHWAY DESIGN (SBE/AE) 0309 - HIGHWAY SYSTEMS -SIGNING, PAVEMENT MARKING, CHANNEL (SBE/AE) 0601 - W & S SEWER SYS-WATER DIST & SANITARY SEWAGE COLL (SBE/AE) 0602 - WATER & SANITARY SEWAGE PUMPING FACILITIES (SBE/AE) 1501 - SURVEYING AND MAPPING -LAND SURVEYING (SBE/AE) 1600 - GENERAL CIVIL ENGINEERING (SBEIAE) 541330 - ENGINEERING SERVICES (SBE/AE) 541370 - SURVEYING AND MAPPING (EXCEPT GEOPHYSICAL) SERVICES (SBE/AE) Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL -DO NOT PAY 7205695 BUSINESS NAME/LOCATION BISCAYNE ENGINEERING COMPANY INC 529 W FLAGLER ST MIAMI, FL 33130 RECEIPT NO. RENEWAL. 7488822 EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter BA Art.9 & 10 OWNER SEC. TYPE OF BUSINESS BISCAYNE ENGINEERING COMPANY 212 P.A./CORPIPARTNERSHI INC ( !(1 RARTHfI (1MFW MI(`HAFI .I EmpIoyee(s) 39 LB129 MIAMRDAD Iona_, PIFIRM PAYMENT RECEIVED BY TAX COLLECTOR 175.50 08/17/2010 0202-16-002020 This local Business Tax Receipt only confirms payment of the local Business Tax, The Receipt is not o license, permit, or a certifcelion of the holders qualifications, to dehosIness. Holder must comply with any governmental or nongovernmental reptile wry lows and requirements which apply to the business, The RECEIPT NO, above must be displayed on all commercial valetas - Miami -Bode Coda Sec 8a-276. For more Information, VISIT wPw miamldade.g0VytaxEoltactor '►usine Tax Receipt ad6 county, Stour of Florida s tit BtS .. P'.t er Rt�Y Qm>~w 4?ICtliEi. FLAGLER ST itromoA eft) SWAM7§TalNCEPING. EXPIRES tEPTEMSER .30, 2f 't7 xt*kt:Iltm* crttrs+41s ,%CVUy* h a+tAaarig +to+a.ysidleoare*Taw4tfetat>N:tit: os1ors.1le.i Sour isRomeo, .01lo Blew ro r$$C MKW's ty. ird:sohes,ou is enditseeifeisiscosttemsoStrofrti ago toolin retook repewee levet M'M roquireosse,40 tOollstivittiodio fvr,ou, go.* rocs t!e 15s00+1 *toll tw>!rerJihtvtiktW 4Sax l4o:rs x+xts kztto-8> .POST THIS DOCUMENT-IN.A ,COFiSPiCIJRIS ,-PLACE mt NOT TRANSFERRABLE':OR'VALID =117 ,ANOTHER 'ADDRESS UNLESS APPROVED 1BY TTHE FINANCE DEPARTMENT; -- .CITY OF MIAMI ,444 S.W,2. AVE 6T1!_ LOOR, MlAM , .FL'=33130 n :PHONE {30&416-1818. ;=_ ective Year ,;Oct. I -2016 Thru Sep: 30 201 GAUNT;N(.)MBER,:41112`::.; cEIp :41u UiBER:«°2122�1Y ME.OF BUSINESS =BISC ENGINEERING ISC ENGINEERING GAl 1oN :•n% :, F,`S29W FLAGLER ,ST HEREBY IN .001VIPLIAlsic ENGAGE_IN,OR`MANAG E: OPERATION aFa} pose M.ri eri ainde; Finance-Diirector: POST THIS.- DOCUMENTIN -A-CONSPICUQUSPLACE: .NOT- TRANSFERRABLE OR VALID, Al ANOTHER =ADDRESS ;- UNLESS APPROVED' -ay, THE :FINANCE- - CITY OF MIAMI 444 W 2 AVE ,6' FLO©R, MIAMt,�FL 331a0, PWONS(305)41@1918: ' '; ;:-:_ - "' ;:``; ru Sep. 30,2 EREBY`IN CQMPLIANI NNGA.GE It'`OR.;MANA POP.ERATION OF' IS _IS (VOT B[ `l7O NQTc PAY;; This Isstietice ofe bugfne tix eceipt enpit.ifre-halder to vloiatelen9 zonitig_ la4{ City no does; it oxerriptthe.batdarftote' ottj of Orate that bray _be igguiredity #avr_r _.-Thre:dot ienuht;jdoes=not consttttltq a'gett that the ,holder fe' quellfed:, to _eri ay"e' siness,protasatond occitpatlon {ieetlted ThtOoournent-We- tes pa f IBdibt`U st l laxreeeiptonly.- ="'rN= This issuanca'0E a busiria4sle?t, reuelpt rjoes__ttok;_', taecmit_iho iratd4r. in-vbU to ally ziitiIng tavia`AJ the :- City nor does tt exempt the itotderriaiiynnyliceliss a_rpermits, dint May terequkedpylavt. Tius document does.ho:-tonstituie:4 `etrttficalion tfial.tire hojder_=N _tueleieii,jo'erigagA:,.in'tNt_ qusine;se. profession: i occypntioh epscfforlhelein Tho:document indreates {layment of the Rusin ss to t reco!PrQnly. ' _::: _ 14" miamidade.gov October 13, 2016 Dr. Peter K. Partlow E SCIENCES, INCORPORATED 111 NE 1st St Suite 906 Miami, FL 33132-0000 Anniversary Date: October 05, 2017 Dear Dr. Partlow: Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 T 305-375-3111 F 305-375-3160 CERT NO: 13869 Approval Date: 10/5/2016 - SBE/AE TIER 3 Expiration Date: 2/28/2018 Miami -Dade County Small Business Development (SBD), a division of Internal Services Department (ISD), is pleased to notify you of your firm's continuing eligibility as a certified Small Business Enterprise Architectural & Engineering (SBE/AE) in accordance with section 2-10.4.01 of the Code of Miami -Dade County. Your firm is certified in the categories listed below. The SBE/AE certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You Will be notified of your annual responsibilities in advance of the Anniversary Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility. Your firm will be listed in the directory for all certified firms, which can be accessed through Miami -Dade County's SBD website: http://www.miamidade gov/business/business-certification-programs.asp. If there is a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, on -going business relationships with other firms or individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm's certification. If you have any questions or concerns, you may contact our office at 305-375-3111. Sincerely, Claudious Thompson, Section Chief Small Business Development Division CATEGORIES: (Your firm may bid or participate on contracts only under these categories) 0509 - PORT& WATERWAY SYSTEMS -ENVIRONMENTAL DESIGN (SBElAE) 0601 -N! & S SEWER SYS-WATER DIST & SANITARY SEWAGE COLL (SBE/AE) 1001 - ENVIRONMENTAL ENG-STORMWATER DRAINAGE DESIGN SERV (SBE/AE) 1002 - ENVIRONMENTAL ENGINEERING -GEOLOGY SERVICES (SBElAE) 1003 - ENVIRONMENTAL ENGINEERING -BIOLOGY SERVICES (SBEIAE) 1005 - ENVIRONMENTAL ENG-CONTAMINATION ASSESS & MONITOR (SBElAE) 1006 - ENVIRONMENTAL ENG-REMEDIAL ACTION PLAN DESIGN (SBElAE) 1009 - ENVIRON ENG-WELLFIELD,GRNDWTR,SURFWATER PROTEC&MGT (50E!AE) 541330 - ENGINEERING SERVICES (SBElAE) 2017 Details -- Business Tax Account E SCIENCES.040i*fr:, fArrOlitr%Lr-i400r1W1. 1;;t7ce- 91 Account details LJ Account history Paid Pakl Account numben 6513502 Business start date: 10/01/2009 Physical business location: Business address: MIAMI E SCIENCES INCORPORATED 111 NE1ST 906 MIAMI, FL 33132 2015-1 2014 Paid Paid Mailing address: Owner(s) 2010—) Paid E SCIENCES INCORPORATED PETER K RARTLOW PRESIDENT 111 NE 1 ST STE 906 MIAMI, FL33132 E SCIENCES INCORPORATED 111 NE 1 ST STE 906 MIA011, EL 93192 Print account application (PDF) Professions, prolessional associations P.A/CORP1PARTNERSHIP/FIRM 10/0 1/2016-09/30/2017 NAICS code' 813920 Units: 1 R Print this bill : . .P41111,„,' :: 148 .11tX1:117:.114:itt4{11.40 430:1/ 44rioits,s- _TIIIS IS rtitikar,V CIFt ciostAM1416,444004610.,_/' Ar1V*FLI)Oft, 4414-4,15"7"Ft,Wr4•04 00 NOT PAY 1 ._, Mar inftitt,SiiSRAMil IPT ., ,'7.1.4,!-::'1:201511ii;”!*.it;t:.,30:2647f.'-ii0s;:::,,:k:::-,::,'-:,iL,::-,-:.,._.-,-.,:ri:-'-',::, --- ::,-._:,•:::::.,,,,,,„:,,, FOR21„..........- "El O SCI_ENCHES 1141.C: '----,-..-'::,-;:;-:',.-1-f1"` ' • ,_....,,_ :..,,,_„,.,„,_ pi, 40,44,..' .4* .;.., ,,.;..,4.,, ,,, _ , .:. ,,, ':-:-,, :, • ,.: 1:Viril W 1/10114* '411!" e 4, . ,init Fit .. E " .-" Tf*A.:115 4 -16.' :.:,. ',E-:::;•':Yi:.-4: ..:;•:':!:4=.!"::.i.:--1,,::12.,_ 1; ll'ff,::14 ':,...irerr:',7=447t.,.:,,..-,,,,-,-1 znzatt---7-,--r- T - -. --- AL: FE -,..• _- :,_,,__•-•- ---,•-:•---:--.•'•'- - --•:•- - '.;-- -:'--.-- -•--:. --, -,---',--it,- (*.4~t 4cint iStk .0ft1444W A No*** ,A4R145t1, 20,16 , Or Gonzalez MiEtiNA RELATIONS GROUP, 1,t,C Iscol OM Cu Rd Ito #46 Pafimotto 8ay, FL 33157iNgip Anniversary Date: August 16, 2017 Dear Mt, Conzolez: Internal SeMc as Depadinent Small Susimess Development 111 NOS 1 $/747,10, 1Tri Hoar Foidtt r2-0 T 3UF CENT NO: 1096'8 Apritiovat Dote; 12Ct16mi040 TER Expiration -Pete: W3112018 Miarni-Nde CCgritle aulaicissa .Cigyulopotent (SBD), a -division of initernal iServioos Department (ISD), ipttrawl to notify you of yfj441" fires epotinoling eligibility as a certified Goods, & Sol -Owe (SFIE/CiSit actortehos with section .2-6,1,1,1,1 ;f tho Coda of Miami -Dade County., Your firm' Js certified in te Pategwies listed bow. The SBOGS certification I's contintfing Ihtaugh the Annivetsary Date listed above, continclferit upon your firm rnafntairri:ng its eiliyaility ihkmed on the criteria outlined in the aforementioned code, You wiN ;be notified -of your -annual rew)ttsiibilities in adurce of the ArinIiiversory. Date. You must snit .t.he wrikial AFFIDAVIT FOR CONTINUING ELIGifSELITY no later than the AnnDate to moi-ntafn your oligIblity. Your firm MI be listed in the directcry. for alt cr1d hrs which can be i.encessed through Mom i-DiaLlo County's S8D vdtbsite: btipskiaar_mi A p. - ,s'reasecertficatampaawsap If there Is A materIel change in your firm, you must advise Inis offIdie tty .7:4)bnlittin9 a status change form with Ifyti associated supbortinc documentation, within thirty OD) days,. Changes may indludo, but are not iimited to awnership„ officer% directors, mana9qrasent, 14)2y pooteririeL wepe of iiork perIcomert, daily diperauccis., cri-goinig busineii, relationships ',Nth other firms co indivltduals 01 Ihe :physical Iodation of your frm, Afteq. our review you voill receive irstructioft a to haw youshouikt prdoesd„ if nedossary. Par:lure to Uo so will be deemed a failure on out part tfeopetate andwI tesult in action lo remiovo your fires certification, If You hava any gvesliorIGerconterm you may cor4act our office at aii95-375-3111,, us Thompson, Seolion Chief Small Susln iess Deivelcctroent, Divit5tri CATEG0111 Ea; fe,:xf firm meey Uri Lfparrdpara, Grir&EK,i3 altjet.nriVe IMO* 4**jbrit* ir19:*-AL0,/ErfTEtt:IPulli.K.; Rao, Pc/0 iiket. irolks:-Nt -pktplic Neorexa...7kr4 ire,nri2E24112L. PREE:Ei LEIn'E1106**1- inktt A.10,W4_,k410:AM:4+6,111.47.4.4 RELATIONS rd7i*-1Aressc. par,KTNI VI MARNE-W.4n 119EXV.7.1 otraa -itAtiNEVACIS.ERYtt:Eli 4*CL OGTPillurrim, FvF,21.RICK 5.4 Ps10.4:31K.7.4, tr: j Igt10121 lorida IiCP DBE _Directo• zdor Profile As Of: 10/19/2015 Vendor Name: MEDIA RELATIONS GROUP LLC Certification: DBE/MBE Former Name: Business Description: PUBLIC RELATIONS AGENCIES Mailing Address: 18001 OLD CUTLER ROAD SUITE 459 PALMETTO BAY, FL 33157- Website: Contact Name: ALICIA GONZALEZ Contact Email: AGONZALEZ.BMRGMIAMI.COM Physical Address: 18001 OLD CUTLER ROAD SUITE 459 PALMETTO BAY FL 33157- District: 05 County: DADE Phone: (305) 254-8598 Fax: (305) 256-1613 Current DBE Certification: Certified Certifying Member: Florida Department of Transportation ACDBE Status: N Statewide Availability: Y Certified NAICS 541613 - Marketing Consulting Services 541810 - Advertising Agencies 541820 - Public Relations Agencies 541830 - Media Buying Agencies 541910 - Marketing Research and Public Opinion Polling L Specialty Areas Consultants Public I ............_............... _ TIONSGROUPL Business .Vesrripfum: Pob& f Street- 15OO CU`1ZER ItO• SL r 4(17 Coin AL: T O BAY State: 7 Distrkt: DISTRICT SEX 'Ph us (3q3) 253- 59S Fax: (305r2_,5-:161.3 or Doi County MOB 0E DADE District DES` it 11QN 51� IX? Cert. DBE State Cert..: MBE UCT. C ertifying Member: FDOT CS '.41 .4th SC: Stir SC1 tf111.5C: 76. SC 'huh Sf`: 2th ICS:1l1.Sa IntINADCS 14123 4 IE'4; i th NAI S i0141 NAICS CSa S4I 15th NAI SC: It)? 6It1I.4JCS' 7th.NA 1C fith: RICK SCOTT GOVERNOR Florida Department of Transportation 605 Suwannee Street Tallahassee, FL 32399-0450 April 13, 2017 Aida Curtis, President CURTIS & ROGERS DESIGN STUDIO, INC. 7520 South Red Road, Suite M Miami, Florida 33143 Dear Ms. Curtis: RACHEL D. CONE INTERIM SECRETARY" The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 15 - Landscape Architect 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 April 13, 2018 for contracting purposes. On the basis of self -certification materials submitted, the rates listed below represent the costs the Department has accepted. Indirect Cost Home/Branch Office 169.21 % Overtime Premium Excluded Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator www.fdot.gov C (S De3 S 0, STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE LICENSE, NUMBER Tha-LANDSCAPE ARCHITECT,BUSINESS Named below HAS REGISTERED c., Unglet,the miViSiensTif•Dhepter.481 FS: 4-113-9-GER-g7riE$1,01,:.:$1:,01), SOUTH ISSUEV-111187201'5 6667093 15 SPLAY AS REQUIRED L?' — Q# STATE OF-FLORIDA--„„',„ DEPARTMENT,OF-BUSINESSAND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE:7<,---..,,„2-„:-„', ISSUED: 11 /27J201 5 DISPLAYAS REQUIRED BY LAW „ -----7-7,7,77§TATE DEPARTMENT 60:BUSINEBS AND PROFESSIONAL REGULATION .7, BOARD OFLANDSCAPE \ 1 6 t SEQ # L1511220001588 r.:TheiLANDSCAPE ARCHITECT,- ,,,74,,, ',-Namet1 betoiAiltip:REGISTERED---:—: Under the provisions of Chapter, 481-.:...Ei"pirationd9tp._,..Nelky30::291717.,:::: ,-.---------,----- - -- ,- "4::7,--- _Jr ,,,,, „,...,44-7-- 1.- '''''444- ---- 4 , -ROdERS-PDMAVILLE:JENNIEE_ _ ':::::',2';''':,,,,,--. 1 -'' 345,Cit,.01MAAVE,,--7,,,. -'''.t-ufv----:7-st:7 Spci L9ABLES;;;::":,,,,,„Fli? „,„,, SsUED:'flh16/2 \\V\ \ \ \ QUIREDIWAINIV -tEciii-1151 150 01691 - 4 Ett of t nni Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Engineer, as defined in RFQ No. 16-17-006. he Following section;to be. ompleted by.the Proposer. Name of Proposer: BCC Engineering Name of Proposed Engineer: Lorin Brissett, P.E. 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: SR 836 SW Extension Study - Traffic Review e_ Followng Section to ompleted by the Project; Engineering Discipline Completed by Engineer on Project (e.g., civil, structural, etc.): Civil Scope of Work for Referenced Project: To review traffic analysis and impact of proposed extension on state roads Value of Project: $11,000 Value of Construction: $ N/A Type of Project: 0 Design -Bid -Build 0 CM@Risk 0 Design -Build Other (Planning Study Construction completed on time and within budget: 0 Yes 0 No How long did the proposed Engineer serve in this capacity on this project? 1-2 months Quality of Work: 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 anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the Engineer responsive? Was the Engineer timely with reviews and submittals? Did the Engineer effectively resolve issues in a timely manner? 0 Yes 0 No 0 Yes 0 No Yes 0 No 0 Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Engineer was very responsive, timely, and provide excellent review comments and deliverables to the Department Name of Project Owner: Florida Department of Transportation- FDOT District 6 Name of Project Owner's Representative: Mr. Neil Lyn Signature of Project Owner's Representative: Title: FDOT D6 District Statistics Administrator Telephone: (305) 470-5373 Date: 6/15/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: Neil.Lyn@dot.state.fl.us } RFQ-EE-R Revised 8/15/2016 titp of Aliattu R, s4 J 0 g 1 C To Whom It May Concern: Subject: Reference Letter for Engineer, as defined in RFQ No. 16-17-006. Daniel J. Alfonso City Manager Name of Proposer: BCC Engineering Name of Proposed Engineer: Lorin Brissett, P.E. 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: Downtown Freight Mobility Study Engineering Discipline Completed by Engineer on Project (e.g., civil, structural, etc.): Scope of Work for Referenced Project: Feasibility study for secondary freight access to PortMiami. Value of Project: $300,000 Value of Construction: $N/A Type of Project: 0 Design -Bid -Build 0 CM a@Risk 0 Design -Build Other (Planning Study Construction completed on time and within budget: 0 Yes 0 No How long did the proposed Engineer serve in this capacity on this project? 18 months Quality of Work: 0 Above Expectations } Average 0 Below Expectations Errors and Omissions: 0 Above Expectations 0 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? Was the Engineer responsive? Was the Engineer timely with reviews and submittals? Did the Engineer effectively resolve issues in a timely manner? Yes CI No Yes 0 No 0 Yes 0 No ` Yes 0 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Name of Project Owner: FDOT District 6 Name of Project Owner's Representative: Ms. Dionne Richardson Signature of Project Owner's Representative: Title: Modal Development Manager Telephone: 305-470-5292 Date: 6/15/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: dionne.richardson@dot.state.fl.us RFQ-EE-R Revised 8/15/2016 Citp of jl.ianti Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Engineer, as defined in RFQ No. 16-17-006. e Following: Section to be Completed by the. Proposer. Name of Proposer: Curtis and Rodgers Design Studio, Inc Name of Proposed Engineer: Lorin Brissett, P.E. 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: 1-95 at Central Boulevard, Interchange Justification Report and PD&E Study �e Foltowing Section to ;be Completed by the Project Owner. Engineering Discipline Completed by Engineer on Project (e.g., civil, structural, etc.): Scope of Work for Referenced Project: Lead for traffic analysis portion of study to evaluate alternatives. Value of Project: $1.5 million Value of Construction: $ Type of Project: 0 Design -Bid -Build 0 CM@Risk Design -Build Other (Planning Study Construction completed on time and within budget: Yes No How long did the proposed Engineer serve in this capacity on this project? Quality of Work: Above Expectations Average Below Expectations Errors and Omissions: l Above Expectations 0 Average Below Expectations (Above expectations indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? Was the Engineer responsive? Was the Engineer timely with reviews and submittals? Did the Engineer effectively resolve issues in a timely manner? Yes ID No nYes DNo Ej Yes 0 No Yes D No Please type in the field below to provide comments (Please use the attached additional page, as necessary): For the referenced project, BCC Engineering received the following grades (scale is 1 through 5): Quality of work (4.0), Schedule (5.0), Management of Contract (4.0). These grades represent above average level of work. Name of Project Owner: FOOT District 4 Name of Project Owner's Representative: Mr. Cesar Martinez, P.E. Signature of Project Owner's Representative: Title: Concept Development Manager Cesar J Martinez Telephone: (954) 777-4653 Date: 6/19/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: Cesar.Martinez@dot.state.fl.us RFQ-EE-R Revised 8/15/2016 City of Meant Please utilize the space below, as necessary. Daniel J. Alfonso City Manager RFQ-EE-R Revised 8/15/2016 eitp o .-.:. 0 ri Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Landscape Architect (LA), as defined in RFQ No, 16-17-006. 011€019; ectior• to gm Name of Proposer: Curtis & Rogers Design Studio, Inc. Name of Proposed LA: Jennifer Rogers 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: Coconut Grove Streetscape Improvements ort.1 Scope of Work for Referenced Project: Landscape Architecture, Construction and Design Documents Value of Project: $2,600,000 Value of Construction: $ services = $119,442 Type of Project: Ej Design -Bid -Build El CM@Risk 01 Design -Build 0] Other ( Construction completed on time and within budget: Ej Yes El No How long did the proposed LA serve in this capacity on this project? 5 years Quality of Work: T Above Expectations Average 0 Below Expectations Errors and Omissions: Above Expectations Eli Average 01 Below Expectations (Above expectations indicates fewer errors and omissions than anticipated by Project Owner.) Did Errors and Omissions result in increased construction cost? El Yes fl No Was the Landscape Architect responsive? 0 Yes 0 No Was the Landscape Architect timely with reviews and submittals? El Yes 0 No Did the Landscape Architect effectively resolve issues in a timely manner? 0 Yes 01 No Please type in the field below to provide comments (Please use the attached additional page, as necessary): First Class Operation Name of Project Owner: Coconut Grove BID Name of Project Owner's Representative: Timoth Signature of Project Owner's Representative: Title: Interim Director Telephone: 305 461 5506 Date: 07/11/2017 Sincerely, Annie Perez, CPPO Director Procurement Department E-mail: director@grovebid.com RFQ-LA-R Revised 8/15/2016 City of jTiar t Please utilize the space below, as necessary. Daniel J. Alfonso City Manager RFQ-LA-R Revised 8/15/2016 rrt ityvCitreac er;Scea City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES TOTAL PROJECT FEE: $1,252,271.02 • 210.5 total linear miles of roads • 11,553 total staff hours • 54.9 staff hours / per project mile 1. SITE ANALYSIS & ASSESSMENT PHASE 4,799 staff hours total /210.5 LM = 22.8 staff hours per project mile CURTIS + ROGERS TASKS 1 THROUGH 5 — SITE ANALYSIS ✓ Environmental Site Analysis ✓ Existing site conditions ✓ Site Picture Inventory ✓ Components Inventory C+R will conduct site analysis activities to include the following aspects of the area of study as follows: Area Limits /Neighborhood's context & character; Zoning/Land Uses; Special Districts; Major Civic Institutions; Natural features/Parks & Open Space; Circulation/Public Transportation; Review of other planning efforts & documents affecting the study area; Landmarks; Human & Cultural; Climate; EPA sensitive sites; Typical street profiles for major corridors and regular neighborhood streets. TASKS 6 THROUGH 9— SITE ANALYSIS ✓ Canopy Cover ✓ Canopy Structure ✓ Canopy Composition ✓ Canopy Tree Evaluation C+R will coordinate site analysis activities relevant to these tasks with E Sciences and Lisa Hammer to include the existing conditions of the tree inventory/analysis for the study area on the masterplan. C+R will assist in the editing of maps and graphics to be incorporated on the final document. TASKS 10 THROUGH 11 — SITE ANALYSIS ✓ Energy Resources ✓ Conservation Options C+R will coordinate site analysis for energy resources and conservation options with Local Office of Landscape Architecture (LOLA). TASKS 12 — SITE ANALYSIS ✓ Architectural Streetscape C+R will identify and register Architectural Streetscape patterns that are typical in each differential area for the following elements: 1 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES Streetscape Hardscape Materials Pallet, Streetscape Furniture, Streetscape Lighting, Architectural massing profiles defining the Corridors; Urban Massing — Solid/Voids TASKS 13 THROUGH 14 — SITE ANALYSIS ✓ Maintenance Evaluation ✓ Renovation Recommendations C+R will categorized areas according to their maintenance status and will diagnose areas to be recommended for renovation interventions of specific degree of intervention based on the site analysis observations. TASKS 15 THROUGH 16 — SITE ANALYSIS ✓ Alternative Landscape Areas Diagnosis ✓ Alternative Landscape Areas Recommendations C+R will identify these areas thought the concurrent site analysis and public engagement process. The scope includes up to two areas for these tasks. Anything in addition to that will be treated as additional scope and fees to be negotiated with the city separately. TASKS 17 THROUGH 19 — SITE ANALYSIS ✓ Documentation of Site Analysis Phase- Draft Document ✓ Review w City PM Site Analysis Conclusion ✓ Incorporate City Comments into Site Analysis Document C+R will attend 1 meeting with city staff to review the draft and receive comments. C+R will prepare final findings document of Site Analysis LOLA LOCAL OFFICE OF LANDSCAPE ARCHITECTURE TASKS 1 THROUGH 16 — SITE ANALYSIS AND INPUT LOLA will conduct site analysis to include the following: ✓ Topographic/ hydrology mapping ✓ Energy resources / conservation ✓ Habitat protection and enhancement zones ✓ Detect areas for storm water retention CITY OF MIAMI TASKS 3 THROUGH 14 — SITE ANALYSIS AND INPUT C+R will conduct site analysis activities. City of Miami is not required to participate or facilitate this activity. However, City of Miami will support the C+R Team in preparing area -related presentations for each of the four meetings for the (12) community groups, identified above where site analysis findings will be presented. As well prepare bilingual (English/Spanish) flyers for use during outreach activities. BCC ENGINEERING Only activities explicitly included below are assumed to be part of the proposed fee. The general objective of the engineering scope is to identify opportunities for additional planting through modifications to the current facilities including the addition of medians, reduction of lane widths, construction of bulb outs, removal of parking and 2 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES even removal of travel lanes. The analysis is limited to the identification of opportunities and is not considered a final design given the limitations and reliability of the available data (i.e. no survey, no right-of-way information, no allocation for a traffic analysis, etc.). The fee estimate assumes the following corridors and limits: SW 37" Avenue from US-1 to Flagler St — 14,300 LF SW 32nd Avenue from US-1 to Flagler St — 12,700 LF SW 27" Avenue from US-1 to Flagler St — 11,800 LF SW 22nd Avenue from US-1 to Flagler St — 10,900 LF SW 17" Avenue from US-1 to Flagler St — 9,900 LF SW 12" Avenue from US-1 to Flagler St — 8,200 LF SW 8th Avenue from SW 11 t" Street to Flagler St — 3,900 LF Coral Way from SW 37th Avenue to SW 31st Road — 14,200 LF Flagler Street from SW 37th Avenue to SW 24th Avenue — 7000 LF Grand Total — 92,900 LF (17.6 Miles) Note that SW 7th Street and SW 8' Street are currently EXCLUDED from the scope; since they are being studied by another consultant in coordination with FDOT. ✓ Existing Site Conditions o Conduct field visit o Evaluate existing site conditions for applicable corridors to the extent needed to identify opportunities for modifications to the roadway to accommodate additional planting areas. o Document existing typical sections along each corridor ✓ Traffic Data Collection (Coordination to Request Existing Data) o Coordination and collect existing data from FDOT, County and City ✓ Traffic Data Collection (Coordination New Counts) o Coordination of traffic data collection with sub -consultant, identification of locations, etc. ✓ Traffic Data Collection (72 Hr. Counts) — Assume 33 locations where 72 hour traffic counts are obtained ✓ Traffic Data Collection (Turning Movement Counts) —Assume 66 locations. Counts include peak AM and PM (2 hours each) ✓ Summarize Traffic Data Collected o Summarize data collected and existing data obtained ✓ Analysis of Traffic Data o Analyze traffic data to identify opportunities to modify access management, reduce turning lane lengths, reduce lanes, etc. Analysis DOES NOT include detailed operational analysis. At location where based on traffic counts there are opportunities for making modifications a detailed traffic analysis will be recommended to be performed later during the next phase of the project. ✓ Internal Coordination Meetings (x4) — Assume 4 meetings with team 3 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES BISCAYNE ENGINEERING Biscayne Engineering has received GIS files from City of Miami GIS as well as the County's GIS database to find the latest files relevant to this project. On the GIS files provided by City of Miami they were only able to locate edge of pavement layers and don't expect this to change the outline scope below and the associated fees. The Edge of pavement line work provided was review and it appears to be outdated or incorrect in numerous locations throughout the subject area. This will require field work and digitization of aerials as outline below. ✓ Research online and with the City of Miami and/or Miami -Dade County to utilize GIS layer data and latest aerial imagery. ✓ Apply Right of Way line GIS layer to CAD (as provided to BEC). No Plat Book information will be included. ✓ Apply Property line GIS layer and FOLIOs to CAD if provided (as provided to BEC). ✓ Field Locate Edge of Pavement and Driveway lines as well as Power Pole and Light Pole points using RTK - GPS instruments and import into CAD. ✓ Prepare combined data into CAD base map of site for Landscape Master Plan. ✓ Trees will not be located or identified as to size or type. ✓ No elevations will be provided. ✓ No other utilities or features will be located in this phase. ✓ Field work provides RTK survey locations (approximately 3 linear miles a day). ✓ For Arterial Streets only, this proposal can be adjusted to account for only 31.4 Linear Miles rather than the 201.5 miles for which this proposal has been prepared (though please note that arterial streets require more field time to survey than side streets"). E SCIENCES TASKS 3 THROUGH 9 — SITE ANALYSIS AND ASSESSMENT PHASE ✓ Existing site conditions — GPS includes tree inventory with GPS location, species (common and botanical), DBH, condition rating, utility conflict, maintenance recommendations (up to two), and observed defects (up to two). We will also identify trees that need risk assessment from Lisa Hammer. ✓ Canopy cover — done using iTree Canopy, will be run for entire area and then for parks and ROW only. Will include canopy, plantable greenspace, unplantable greenspace, impervious and water. LISA HAMMER ✓ Level 1 — visual assessment of critical trees as identified by E-sciences. Assume approximately 200-250 ✓ Coordinate with E-sciences for proper identification of trees and mapping as needed. SITE ANALYSIS MEETING SUMMARY (1 meeting total) ✓ 1 Meeting with City Staff to review site analysis findings and collect feedback 4 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES 2. COMMUNITY OUTREACH 1,026 staff hours total /210.5 LM = 4.9 staff hours per project mile CURTIS + ROGERS TASK 1 — COMMUNITY OUTREACH C+R will coordinate with City of Miami all meetings with interest groups. We will assist in outline of meeting agenda, presentation materials and necessary graphics. TASK 2 — PROJECT KICKOFF MEETING WITH THE CITY C+R will attend a Project Kick off meeting with the City along with the following sub consultants: City of Miami staff to define strategies for the outreach efforts during the Community Outreach processes. E Sciences/ Lisa Hammer to outline scope and schedule of the tree inventory/urban forester needs portions of the Masterplan BCC Engineering will attend the project kickoff meeting. LOLA and Biscayne Engineering will not attend the meeting. TASK 3 THROUGH 15: NEIGHBORHOOD MEETINGS C+R anticipates a maximum of 8 meetings; 2 per each 3 identified neighborhood attending together in close cooperation and coordination with City of Miami staff. Tasks 4 through 14 will entail analysis and summary graphics productions for both meetings. At the first meeting findings of the Site Analysis Stage will be presented as well as opportunities and constraints. The purpose of this meeting will be to seek community input on particular issues for each neighborhood. The second meeting is to present conceptual ideas/ preliminary concepts in response to each neighborhood requests. Seek input for final incorporation, prior to City Commission TASK 16 C+R anticipates a maximum of 6 meetings, with relevant and interested stakeholders in the neighborhood — ie: Fairchild Tropical Garden, Florida Native Plant Society, Business/Corporations located in the neighborhood that could participate in adoption and funding of master plan. TASK 17 THROUGH 18 C+R will attend coordination CITY OF MIAMI TASK 1— COMMUNITY OUTREACH Final project duration from Notice -To -Proceed will be approximately 660 days. It is anticipated that City of Miami staff will attend a total of three (3) scheduled public meetings during the contract to include — a planning and zoning meeting, a City of Miami ("the City") Commission meeting and an Appeals Board meeting. These meetings will detail the latest project -related activities, proposed impacts and public involvement issues. City of Miami will be represented by designated staff. City of Miami will support the Curtis and Rogers (C+R) Team in preparing meeting minutes 5 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES and developing presentations which may be displayed during these meetings, as needed. In addition, City of Miami staff may be required to assist the C+R Team with a maximum of four (4) follow-up meetings which may be scheduled as needed. This may be a total of seven (7) meetings. TASK 2 — PROJECT KICKOFF MEETING WITH THE CITY A project team kick-off meeting with C+R staff and the City to lay out proposed strategies for how outreach efforts will be coordinated, discuss impacted stakeholders throughout the twelve (12) identified community groups, divided in 4 groups of several neighborhoods tentatively divided as follows: Group 1: ✓ Riverview Historic District ✓ Little Havana/Latin Quarter ✓ The Roads Group 2: ✓ Shenandoah North/South ✓ Silver Bluff Group 3: ✓ Citrus Grove ✓ Auburnadale ✓ La Pastorita ✓ Parkdale North Group 4: ✓ Parkdale South ✓ Coral Gate ✓ Douglas Park TASK 3 THROUGH 15: NEIGHBORHOOD MEETINGS The team anticipates a maximum of 8 meetings; two per each identified group of neighborhoods in close cooperation and coordination with City of Miami staff. City of Miami will coordinate the venues and advertisement for these meetings, and prepare the necessary handouts and meeting summaries for each meeting. TASK 16 & 17— PROJECT PROGRESS MEETINGS WITH THE STAKEHOLDERS AND CITY City of Miami will be required to participate or attend any progress meetings with the individual stakeholders. TASK 18 — COMMUNITY OUTREACH SUMMARY FINDINGS -DOCUMENTATION City of Miami will be expected to prepare a Community Outreach Summary Report at the culmination of the contract which may entail but not limited to findings, responses 6 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES to inquiries from officials, residents and interested parties, presentations to stakeholders, briefings with elected and/or appointed officials and impacted stakeholders as part of the project's permanent record. BCC ENGINEERING TASK 1 THROUGH 17 ✓ Project Kick Off Meeting with the City Group 1: Attend 2 meetings @ 4.5 hours each ✓ Riverview Historic District ✓ Little Havana/Latin Quarter ✓ The Roads Group 2: Attend 2 meetings @ 4.5 hours each ✓ Shenandoah North/South ✓ Silver Bluff Group 3: Attend 2 meetings @ 4.5 hours each ✓ Citrus Grove ✓ Auburnadale ✓ La Pastorita ✓ Parkdale North Group 4: Attend 2 meetings @ 4.5 hours each ✓ Parkdale South ✓ Coral Gate ✓ Douglas Park ✓ Project Progress Mtgs /Stakeholders & Agencies (6) - Attend 3 meeting @ 3 hours ✓ Project Progress Meetings with the City - Attend 2 meeting @ 3 hours LISA HAMMER Assistance in presentation materials for tree conditions, and attend 6 community meetings and 2-3 meetings with City Staff COMMUNITY OUTREACH (19 meetings total) ✓ 1 Kickoff meetings with City Staff to define community outreach strategies ✓ 4 Progress meetings with City Staff ✓ 8 Community public input meetings with neighborhoods ✓ 6 Meetings with stakeholder and public agencies 7 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES 3. MASTERPLAN SCHEMATICS AND PLANT PALETTE 2,850 staff hours total /210.5 LM = 13.6 staff hours per project mile CURTIS + ROGERS TASK 2 — PROJECT KICKOFF MEETING WITH THE CITY C+R will attend a Project Kick off meeting with the City to review scope and schedule of the specifics of the Masterplan Schematic Phase. TASK 3 THROUGH 14 — PLANT PALLETE DEVELOPMENT C+R will develop in collaboration with our Horticultural Consultant, Lisa Hammer; plant palletes for all neighborhoods and specific corridors. TASK 15 THROUGH 17 — DRAFT MASTER PLAN AND PROGRESS PROJECT MEETINGS C+R will attend 4 meetings with the city to review progress to review areas in the following manner: • Schematics/Progress Meeting 1. Plant Palettes and tree planting phasing recommendations. • Schematics/Progress Meeting 2. Riverview Historic District, Shenandoah North, Bird Road/Douglas Station Streetscape Design Guidelines • Schematics/Progress Meeting 3. Southwest 27th Ave, Southwest 8th Street - Streetscape Design Guidelines, Landscape Plan for all medians and ROW in SW study area, Landscape Plan for all medians and ROW in SW study area. • Schematics/Progress Meeting 4. Street Tree Master Plan for Southwest Study Area. TASK 18 THROUGH 26 — DESIGN GUIDELINES AND DOCUMENTATION OF MASTER PLAN C+R will develop specific design guidelines chapters for the following areas: Riverview Historic District, Shenandoah North Streetscape, Bird Road/Douglas Station Streetscape, Southwest 27th Ave Streetscape, Southwest 8th Street - Streetscape Design Guidelines. The scope of these design guidelines will be general and at masterplan level. LOLA LOCAL OFFICE OF LANDSCAPE ARCHITECTURE TASKS 18 THROUGH 25 — MASTER PLAN-STREETSCAPE DESIGN GUIDELINES LOLA will develop sustainable streetscape design guidelines and charts of sustainable - green infrastructure and resilience strategies for the following areas: ✓ Riverview Historic District ✓ Shenandoah North ✓ Bird Road/Douglas Station ✓ Southwest 27th Ave ✓ Southwest 8th Street ✓ Street Tree Master Plan for Southwest Study Area ✓ Street Tree Master Plan for Southwest Study Area ✓ Landscape Plan for all medians and ROW in SW study area 8 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES V New Medians and Public Art Placement in SW study area. These strategies will respond to the sustainability goals outlined on the RFP as follows: Permeable surfaces; Energy conservation and atmospheric impact; Habitat protection and enhancement; Naturalizing water conveyance, where possible; Irrigation and water use efficiency; Reduced pesticide use Develop storm water retention capability; and, Efficient use of materials and resources. Plant pallette selection able to thrive in coastal environment. BCC ENGINEERING TASK 27 — ROAD CONCEPTS ✓ Concept plans at a 1" = 100' Scale illustrating the proposed roadway configuration for each corridor. Total of 66 sheets. ✓ Concept plans will include color shapes to illustrate concrete (sidewalks and driveways), asphalt (travel lanes) and green areas (sod). MASTERPLAN SCHEMATICS AND PLANT PALETTE (5 meetings total) ✓ 1 Kickoff meetings with City Staff to define master plan strategies ✓ 4 Progress meetings with City Staff to review guidelines as follows: o Meeting 1. Plant Palettes and tree planting phasing recommendations. o Meeting 2. Riverview Historic District, Shenandoah North, Bird Road/Douglas Station Streetscape Design Guidelines o Meeting 3. Southwest 27th Ave, Southwest 8th Street - Streetscape Design Guidelines Landscape Plan for all medians and ROW in SW study area, Landscape Plan for all medians and ROW in SW study area. o Meeting 4. Street Tree Master Plan for Southwest Study Area. 4. COST ESTIMATE — MAINTENANCE PHASE PLAN 594 staff hours total /210.5 LM = 2.8 staff hours per project mile CURTIS + ROGERS TASK 1 THROUGH 8 — COST ESTIMATE & MAINTENANCE C+R will outline in collaboration with our Sub consultants and city staff, preliminary operating cost estimates for implementation of the proposed phases. In conjunction with City Planning staff we will identify potential funding mechanisms. ✓ One meeting to review progress will be held with City staff during this phase. ✓ Assumes a draft submittal for comments and a final submittal. BCC ENGINEERING TASK 27 — ROAD CONCEPTS ✓ Includes preparation of a cost estimate for recommended modifications to the road. Cost estimate is based on pay items and does not include detailed quantity 9 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES calculations. Quantities will be estimated and summary tables for each pay item will summarize the quantities. ✓ Based on recent bid information (to be provided by the City), the Engineer will estimate the order of magnitude cost of proposed changes to the roadway to accommodate the proposed recommendations. ✓ Assumes a draft submittal for comments and a final submittal. LOLA LOCAL OFFICE OF LANDSCAPE ARCHITECTURE TASKS 2 THROUGH 3 LOLA will assist in the operating cost and maintenance plan from the sustainability aspects of the proposed strategies for the study area. COST ESTIMATE — MAINTENANCE PHASE PLAN MEETING SUMMARY (1 meeting total) ✓ 1 Meeting with City Staff to review cost estimates 5. URBAN FORESTER NEEDS 488 staff hours total /210.5 LM = 2.3 staff hours per project mile CURTIS + ROGERS TASK 1 THROUGH 8 — URBAN FORESTER NEEDS C+R will outline in collaboration with E Sciences and our Horticultural Consultant Lisa Hammer and city staff a set of guidelines for an Urban Forestry Management Plan, resources recommendations, best maintenance practices and their relation to preliminary and potential operational cost estimations. ✓ Two meeting to review progress will be held with City staff during this phase. E SCIENCES TASK 1 THROUGH 8 — URBAN FORESTER NEEDS ✓ Urban forest management plan, includes iTree Streets analysis and analysis of tree inventory data ✓ Include recommendations for planting programs, public tree giveaways, etc. ✓ Includes a review of potential software solutions. LISA HAMMER ✓ Collaborate with E-Sciences in evaluating the City needs for an Urban Forester. Review current maintenance practices and develop recommendations for maintenance practices in order to effectively increase and maintain a healthy urban canopy. Review of potential equipment and software needs. Provide recommendations for an urban forestry program within the City of Miami. URBAN FORESTER NEEDS— MAINTENANCE PHASE MEETING SUMMARY (2 meetings total) ✓ 2 Meetings with City Staff to review urban forester needs 10 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES 6. STREET TREE MASTER PLAN 1,460 staff hours total /210.5 LM = 6.9 staff hours per project mile CURTIS + ROGERS TASK 1 THROUGH 13 — TREE SUCCESSION PLAN AND MANAGEMENT PLAN ✓ C+R will outline in collaboration with E Sciences and our Horticultural Consultant Lisa Hammer and city staff a set of guidelines for an Urban Forest Tree Succession Plan, phasing implementation recommendations, tree age distribution and diversity plans in an integrated practical tree management plan. ✓ Mechanisms to incorporate feedback into the plan will be outlined ✓ The team will quantify the amount of trees needed for optimal canopy, and phasing of the plan ✓ Plant health care recommendations will be outline in collaboration with our Horticultural Consultant ( Lisa Hammer) ✓ One meeting to review progress will be held with City staff during this phase. ✓ Assumes there are only two submittals, Draft and Final. BCC ENGINEERING TASK 24 THROUGH 26 — DRAFT & FINAL MASTER PLAN ✓ Draft (Final) / Assemble Master Plan Report - Narrative describing the opportunities and challenges from a geometric and traffic perspective. Narrative is generalized and not intended to address every specific issue that may be encountered along each corridor. ✓ Assumes there are only two submittals, Draft and Final. STREET TREE MASTER PLAN MEETING SUMMARY (1 meeting total) ✓ 1 Meetings with City Staff to review street tree master plan 7. FINAL PRESENTATION 336 staff hours total /210.5 LM = 1.6 staff hours per project mile CURTIS + ROGERS TEAM TASK 1 THROUGH 4— PRESENTATION TO CITY DEPARTMENTS AND BOARDS The CR Team will prepare presentations and necessary handout materials and attend 3 public meetings with the city during this process as follows: 1. Presentation to Planning and Zoning 2. Presentation to Appeal Boards 3. Presentation to Miami City Commission TASK 5 & 6 — DIGITAL & HARDCOPY DELIVERABLES TO THE CITY ✓ The CR Team will provide prepare a complete document (PDF) including graphics and narratives summarizing the process and final recommendations for the study. The document may include different volumes for ease of printing or distributing the information. The information will be provided in a CD Drive or Flash Drive, formatted ready to print. Original electronic copies of word files, excel spreadsheets, and digital files of the survey and master plan product will be also be provided 11 City of Miami, Florida Contract No. RFQ 16-17-006 NEGOTIATED FULL PRICE SOUTHWEST STREETSCAPE AND STREET TREE MASTER PLAN SERVICES ✓ The CR Team will provide a maximum of 10 printed bound copies of the final product. FINAL PRESENTATION MEETING SUMMARY (2 meetings total) ✓ 2 Meetings with City Official to review street tree master plan as follows: o Presentation to Planning and Zoning and Appeal Boards o Presentation to Miami City Commission SUMMARY OF MEETINGS FOR COMPLETED PROJECT (31 meetings) ✓ SITE ANALYSIS MEETING SUMMARY (1 meeting) ✓ COMMUNITY OUTREACH (19 meetings) ✓ MASTERPLAN SCHEMATICS AND PLANT PALETTE (5 meetings) ✓ COST ESTIMATE — MAINTENANCE PHASE PLAN MEETING SUMMARY (1 meeting) ✓ URBAN FORESTER NEEDS— MAINTENANCE PHASE MEETING SUMMARY (2 meetings) ✓ STREET TREE MASTER PLAN MEETING SUMMARY (1 meeting) ✓ FINAL PRESENTATION MEETING SUMMARY (2meetings) 12 289 11X17 SHEETS @ 1"=100' SIDESTREETS TOTAL: 210.5 LINEAR MILES 1 1 I I. 1 1 .1 1 1 1 1 mmilsm 1 1 '1--' J 362 11X17 SHEETS @ 1"=40' ARTERIAL STREETS TOTAL: 31.4 LINEAR MILES J SW Streetscape Master Plan PROJECT SCHEDULE Month 24 .._ - - Month 1 Month 2 Month 3 Month 4 Month 5 Month �6Month 'xt�27 7 Month 8 Month 9 Month 10 Month 11 Month 12 Month 13 Month 14 Month 15 Month 16 Month 17 Month 18 Month 19 Month 20 Month 21 Month 22 Month 23 Taskl Site Analysis 1 T e.�..<. ,,. woS ia'xt G&* Task2 community Outreach " i _.__. �_ Task 3 Master Plan Schematics si't Task4: Cost Est/ Maintenance Task 5: Urban Forester - 'ry4n o a�NP��d,,..� " �. w�"sa;hs L �� � ,.rkiU.m „' 7:s — Task 6i Streetscape P Plan —_ I Task 7: Final Presentation II I- SUMMARY OF FEES FULL SCOPE Task CR BCC Biscayne E-Sciences Graboski Lisa Hammer MRG j LOLA Total per Task Reimb. Est. Task 1: Site Analysis $106,302.05 $99,354.84 156,410.03 $104,586.59 $0.00 $ 10,499.16 $0.00 $55,967.68 $533,120.35 $17,500.00 Task 2: Community Outreach $83,763.60 $10,194.66 $1,684.32 $0.00 $ 4,549.64 $0.00 $0.00 $100,192.22 $7,500.00 Task 3: Master Plan Schematics $155,454.96 $59,193.64- $0.00 $0.00 $0.00 $104,822.24 $319,470.84 $7,500.00 Task 4: Cost Est/ Maintenance $45,131.19 $14,594.54 $0.00 $0.00 $0.00 $8,413.13 $68,138.86 $0.00 Task 5: Urban Forester $27,843.71 $0.00 $13,634.15 $0.00 $ 13,298.94 $0.00 $0.00 $54,776.80 $0.00 Task 6: Streetscape Master Plan $106,489.39 $6,975.08 $16,537.19 $0.00 $ 13,648.91 $0.00 $0.00 $143,650.57 $7,500.00 Task 7: Final Presentation $18,501.07 2,540.28 $1,122.88 $0.00 $ 699.94 $0.00 $10,057.20 $32,921.37 $5,000.00 Subtotals by Firm: $543,485.98 $192,853.04 $156,410.03 $137,565.13 $0.00 $42,696.59 $0.00 $179,260.25 Percentage of Total Fee: 43% 15% 12% 11% 0% 3% 0% 14% GRAND TOTAL ALL CONSULTANTS $1,252,271.02 Estimated Reim bursables $ 45,000.00 Percent ge of Total Services Fee: 4 SUMMARY OF STAFF HOURS FULL SCOPE Linear Miles of Streets in Project Area = 210.5 Task CR BCC Biscayne E-Sciences Graboski l.isa Hamme MRG LOLA 'Total per Task % OF Total IHrs per Project Mile Task 1: Site Analysis 1192 658 1224 1285 0 60 0 380 4799 42% 22.8 Task 2: Community Outreach 934 54 0 12 0 26 0 0 1026 9% 4.9 Task 3: Master Plan Schematics 1650 528 0 0 0 0 0 672 2850 25% 13.5 Task 4: Cost Est/ Maintenance 420 130 0 0 0 0 0 44 594 5% 2.8 Task 5: Urban Forester 264 0 0 148 0 76 0 0 488 4% 2.3 Task 6: Streetscape Master Plan 1156 40 0 186 0 78 0 0 1460 13% 6.9 Task 7: Final Presentation 240 16 0 8 0 4 0 68 336 3% 1.6 Subtotals by Firm: 5856 1426 1224 1639 0 244 0 1164 Percentage of Total Hours: 51% 12% 11% 14% 0% 2% 0% 10% r GRAND TOTAL STAFF HOURS ALL CONSULTANTS 11553 54.9 CURTIS + ROGERS DESIGN STUDIO, INC ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_$1,252,271.02 Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE Work Activity Consultant Name: Curtis+Rogers Contract No.: enter consultants proj. number Date: 11/29/2017 Estimator: Aida Curtis STAFF CLASSIFICATION Job Classification; Project Manager Project Designer i Landscape Designer i LA Design iLA Intern ' Position 6_.._ POSlflon 7 .$toff Hours Jennifer Rogers Ruben Colon ; Jacob Lefever i Hannah Ore name name s Rate: $37.50 Rate: $27.40 Rate: $23.08 I Rate: $15.00 I Rate: (Rate: Man-:CosUActivity! Man iCosUActivity Man :CosUActivity Man ;CosUActivity: Man !CosUActivity ; f°tan hours hours ( hours hours , hours 1 hours Staff Applicable Rate i 1 SITE ANALYSIS & ASSESMENT PHASE 2 Enviromental Site Analysis 3 Existing Site Conditions i 4 Site Picture Inventory 5 Components Inventory ) 6 Canopy Cover 7 Canopy Structure Aida Curtis Rate: $61_81 Man :Cost/ Activity hours 4 $247 _ 16 I $600 16 $438 24 $658 ; 8 $185 Salary By Cost By Cost/Activity; Activity Activity Average Rate Per Task 36 $1,286 1 $35.71 68 $2,059 $30.28 180 1 $3,894 1 $21.63 1j $2,059 E $30.28 68 52 $1,689 1 $32.49 4 $247 16 $600 24 $658 8 1 $185 52 $1,689 $32.49 8 Canopy Composition 4 $247 16 ? $600 24 $658 8 $185 52 $1,689 $32.49 9 Canopy/Tree Evaluation 4 $247 16 $600 24 ( $658 ? 8 $185 52 $1,689 $32.49 10 Energy Resources 4 $247 16 $600 16 $438 ? 16 $369 11 Conservation Options 4 $247 16 } $600 12 Architectural Streescape 4 $247 16 $600 24 $554 24 $554 13 Maintenance Evaluation 14 Renovation Recommendations 8 $494 24 $900 24 $658 52 $1,655 I $31.83 44 $1,401 1 $31.84 44 $1,401 1 $31.84 i 56 $2,052 $36.64 1 8 $494 24 $900 24 $658 56 $2,052 $36.64 115 Alternative Landscape Areas Diagnosis j 8 1 $494 16 Alternative Landscape Areas Recommendations 12 i $742 $900 $900 40 1 $923 40 1 $923 12 1 $180 12 $180 84 I $2,498 88 1 $2,745 $29.73 i $31.19 17 Documentation of Site Analysis Phase- Draft Documerd 12 18 Review w City PM Site Analysis Conclusions $742 32 i $1,200 32 € $877 I 32 $739 ( 12 4 $247 4 $150 4 $110 120 $3,737 1 $31.14 12 $507 1 $42.24 j-19 Incorporate City Comments into Site Analysis Documei 12 20 $742 16 $600 24 { $658 24 $554 76 $2,553 L$33.60 y 21 22 23 124 125 26 1 27 Total Staff Hours ................... 108 324 i j 284 i 3 360 ( 116 1,192 Total Staff Cost Total % of Work by Position 9.1 % ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: _-J crew days at $6,675.48 $12,150.00 27.2% /day = $ / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami. C.I.P. Form 117: Revised 9115/08 23.8% $7,781.60 $8,308.80 i1 $1,740.00 I 30.2°0 9.7% $36,655.88 $30.75 �1 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer (Horticultural Consultant) 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $106,302.05 $99,354.84 $156,410.00 $104,586.59 S55,967.68 $522,621.16 $ $ 10,499.16 $533,120.32 $2,600.00 $535,720.32. ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE Consultant Name: BCC Engineering Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name STAFF CLASSIFICATION Job Classification! S.Traffic Engineer IS. Transport. Staff' Luis Rodriguez 1 Lorin Applicable Rate; Rate: $65.10 I Rate: Engineetl Engineer Brissett Junior Henry $55.16 , Rate: $39.52 j Man Cost/ Activity! Cost/ Activity .1._ hours Engineer in Training Amarilis Chao Rate: $37.68 Man Cost/ Activity hours CADD Gerardo Rate: Man hours Technlaan Dragoni $24.52 Cost/ Activity Position name Rate: Man hours 6 I Position 7 name Rate: Man Cost/ Activity Cost/ Activity hours Staff Hours By Activity _ Salary Cost By Activity Average ''' Rate Per Task Man Work Activity hours Man Cost/ Activity; hours 1 SITE ANALYSIS & ASSESMENT PHASE i 1 2 Enviromental Site Analysis 3 Existing Site Conditions 16 $1,042 32 $1,765 i 32 1 $1,265 80 $1,962 160 $6,033 $37.71 4 Site Picture Inventory 5 Components Inventory 6 Canopy Cover • — --------- -- 7 Canopy Structure ' ` 8 Canopy Composition { 9 Canopy/Tree Evaluation j 110 Energy Resources 4 111 Conservation Options 112 Architectural Streescape 13 Maintenance Evaluation t 114 Renovation Recommendations 15 Alternative Landscape Areas Diagnosis ; j 16 Alternative Landscape Areas Recommendations I i 17 Documentation of Site Analysis Phase- Draft Documer{ 118 Review w City PM Site Analysis Conclusions r 19 Incorporate City Comments into Site Analysis Docume i 120 Traffic Data Collection (Coordination to Request Existi) 4 $260 8 $441 12 $702 $58.47 121 Traffic Data Collection (Coordination New Counts) i 4 $260 4 $221 8 $481 $60.13 1[22 Traffi Data Collection (72 Hr Counts) 83 $5,371 83 $5,371 $"05.10 123 Traffi Data Collection (Turning Movement Counts) 165 $10,742 165 i $10,742 $65.10 $47.03 124 Summarize Traffic Data Collected 4 $260 4 $221 4 $158 8 $301 20 1 $941 25 Analysis of Traffic Data 30 $1,953 48 $2,648 I 48 $1,897 72 $2,713 198 I $9,211 $46.52 126 Internal Coordination Meetings (x4) 12 $781 I 12 j $781 $65.10 I27 i L �_.� ___—_:.. 1 _._! I _._... .. 84 .-:> 80 - gy...—..> 80 i 658 Total Staff Hours 318 i 96 I Total Staff Cost —! $20,669.25 : $5,295.3G i $3,319.68 $3,014.40 ` $1,961.60 I $34 260 29l $52 11 Total % of Work by Position 48.3% 14.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = — — 4 - man Survey Crew: crew days at TT/ day = Notes 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City o1 Miami, C.I.P. Forrn 117- Revised 9/15/08 12.8% 12.2% 12.2% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Subconsultant: Subconsultant' Sub 3 Sub 4 Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE STAFF CLASSIFICATION Job Classificationi Surveyor Mapper 1 Surveyor Mapper 2 Survey Technician Man Field Crew_3 Position 5 Staff) X Antonio Negrin € Mike Bartholomew Applicable Rate[ Rate: $48.28 i Rate: $39.65 Work Activity 1 SITE ANALYSIS & ASSESMENT PHASE Man hours Cost/ Aciivit Man yl hours Cost/ Activity Rate: $39.65 Man 'Cost/ Activity hours Rate: $48.28 I Rate: Rate: Man I i Man hours i Cost/ Activity' hours Cost/ Activity' Man u hours Consultant Name: Biscayne Engineering Company, Inc. Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Position 6 Position—7— Staff RarriT Salary name 'Rate: By Cost By Cost/ Activity' h ours !Cost/ Activity Activity Activity Average 7 Rate Per Task 2 Research online and with the City of Miami and/or Mia) 3 3 Apply Right of Way line GIS layer to CAD (as provide 2 $ 45 24 $952 27 $1,097 $40.61 $97 16 $634 4 Apply Property line GIS layer and FOLIOs to CAD if pi 2 5 Field Locate Edge of Pavement and Driveway lines as 47 $97 $2,269 70 16 $634 $2,776 376 $14,910 560 $27,035 ! 18 $731 $40.61 18 I 1,053 $731 _.i _. $40.61 $46,990 $44.62 6 Prepare combined data into CAD base map of site for i 12 7 $579 1 96 $3,807 108 $4,386 $40.61 8 9 10 11 12 13 14 115 [16 '17 18 19 20 'r[21 j22 23 .24 25 26 1.27 Total Staff Hours 66 70 528 Total Staff Cost $3,186.28 $2,775.78 $20,937.31 560 i $27,035.12 • 1,224 . $53,934.49 I $44.06 Total % of Work by Position 5.4% 5.7% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = $ 4 - man Survey Crew: crew days at / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused Subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Foam 117: Revised 9/15/08 43.1% 45.8% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $156,410.03 $156,410.03 i $156,410.03 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE Job Classification] Environm- Specialist Work Activity StaffJustin Freedman Applicable Rate! Rate: $48.40 I Man Cost/ Rctivit hours y? 1 SITE ANALYSIS & ASSESMENT PHASE 2 Enviromental Site Analysis 3 Existing Site Conditions 4 Site Picture Inventory 5 Components Inventory 6 Canopy Cover 7 Canopy Structure 8 Canopy Composition 9 Canopy/Tree Evaluation ,10 Energy Resources 11 Conservation Options 12 Architectural Streescape 13 Maintenance Evaluation 14 Renovation Recommends 15 Alternative Landscape Areas Diagnosis 16 Alternative Landscape Areas Recommendations 20 27 Total Staff Hours Total Staff Cost Total % of Work by Position STAFF CLASSIFICATION Senior Engineer Senior Scientist Staff Scientist Admin Nadia Locke Rate: $52.25 Man Cost/ Activity hours 29 t 6 ..._!!!!!_i $11403.60 i Brian Voelker Rate: $35.76 Man hours 'Cost/ Activity 350 Jen Savaro i Admin Rate: $24.12 i Rate: $28.86 1 Man hours ;Cost/ Activity! Man hours Cost/ Activity! hours Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name 1 Position 6 Position 7 Staff Hours Salary name name Rate: 'Rate: By Cost By Cost/ Activity! Man hours ' Cost/ Activity Activity j Activity ......__.._ _ [ 874 . 26 $313.50 512,516.00 j $21,080.88 ` $750.36 2.3% 0.5% 27.2% 68.0% 2.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. / day = $ / day = $ City of Miami, C.I.P. Farm 117: Revised 9/15/08 1,285 $36,064.34 $28.07 Average Rate Per Task $35,211 t $28.06 $854 I $28.45 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: 1 $104,586.59 $104,586.59 $14,900.00 $119,486.59 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Fult Scope Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE Consultant Name: Local Office Landscape and Urban Design Contract No.: 17015 Date: 11/14/2017 Estimator: Jennifer Bolstad STAFF CLASSIFICATION Job Classification( Staff! Applicable Rate( Urban Walter Rate: Designer Meyer 1 $69.20 i Principal LA Jennifer Bolstad Rate: $69.17 Project Manager Andrew LaStella Rate: $60.27 Design Staff Sally Zhang Rate: $38.63 j Admin Carmen Rate: Bras $40.08 Position 6 Position 7 name ! name Rate: (Rate: Staff Hours By Activity _ r....—Salary - Cost By Activity Average l Rate Per Task ' Work Activity ! : Man hours Cost/ Activity Man hours Cost/ Aciivrty j Man ( I Cost/ Activity hours , Man 'Cost/ Activity: hours Man hours Man CosU Activity: hours Man CosU Activity hours Cost/ Activity 1 SITE ANALYSIS & ASSESMENT PHASE 80 $5,536 40 $2,767 i 40 j $2,411 160 $6,181 1 60 $2,405 380 $19,299 j $50.79 2 Enviromental Site Analysis 3 Existing Site Conditions 4 Site Picture Inventory ' j I 1 5 Components Inventory 6 Canopy Cover ! ' 7 Canopy Structure [ 1 J 8 Canopy Composition 9 Canopy/Tree Evaluation 10 Energy Resources 11 Conservation Options 12 Architectural Streescape ' j 13 Maintenance Evaluation 14 Renovation Recommendations 15 Alternative Landscape Areas Diagnosis j 16 Alternative Landscape Areas Recommendations i 17 Documentation of Site Analysis Phase- Draft Documen :I 18 Review w City PM Site Analysis Conclusions i 19 Incorporate City Comments into Site Analysis Docume€ 20 Traffic Data Collection (Coordination to Request Existij i (I 21 Traffic Data Collection (Coordination New Counts) 22 Traffi Data Collection (72 Hr Counts) 23 Traffi Data Collection (Turning Movement Counts) E i t 24 Summarize Traffic Data Collected 25 Analysis of Traffic Data 26 Internal Coordination Meetings (x4) i i 27 ( l 60 I 380 r Total Staff Hours 80 I 40 40 160 I I I Total Staff Cost $5,536.00 I $2,766.80 {{ $2,410.80 $6,180.80 j $2,404.80 ; $19,299.20 i $50.79 Total % of Work by Position 21.1% 10.5% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = $ 4 - man Survey Crew: crew days at / day = —$ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 10.5 15.8% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: SITE ANALYSIS & ASSESMENT PHASE Job Classification Horticulturist/Arboris Staff Lisa Hammer Applicable Rate Rate: $60.34 Position 2 Rate: name Work Activity 1 1 SITE ANALYSIS & ASSESMENT PHASE 2 Enviromental Site Analysis 3 Existing Site Conditions 4 Site Picture Inventory 5 Components Inventory i 6 Canopy Cover 7 Canopy Structure 8 Canopy Composition 9 Canopy/Tree Evaluation i 10 Energy Resources Man I hours CosU Activity 6 $362 $362 48 I $2,896 111 Conservation Options 12 Architectural Streescape 113 Maintenance Evaluation j 14 Renovation Recommendations 15 Alternative Landscape Areas Diagnosis 1 16 Alternative Landscape Areas Recommendations 17 Documentation of Site Analysis Phase- Draft Documen 118 Review w City PM Site Analysis Conclusions 19 Incorporate City Comments into Site Analysis Documer 20 21 I22 123 24 125 j26 127 1- Total Staff Hours 60 11 Total Staff Cost Total % of Work by Position $3,620.40 00.0% Man hours ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = 4 - man Survey Crew: crew days at / day Position 3 STAFF CLASSIFICATION Position 4 name name Rate: 1 Rate: Cost/ Activity Man Cost/ Activity! Man f Cost/ Activity hours I hours j Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City e1 Miani. C.I.P. Farm 117: Revised 9/15/08 Consultant Name: Lisa Hammer Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Lisa Hammer Position 5 Position 6 1 Staff Hours 1 name name name Rate: Rate: !Rate: I By hours Cost/ Activity; hours Cost/ Activit � hours Cost/ Activity Activity • • 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: Salary i Average Cost By Rate Per Activity ! Task i 6 j $362 I $60.34 6 I $362 I $60.34 48 1$2,896 $60.34 (multiplier 2.9) $3,620.40 ! $60.34 1JRTtS :,f;.ROGERS-- ,'DESIGN-STIJD10; INC_° ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget$1,252,271.02 Project No.: B- Description: COMMUNITY OUTREACH STAFF CLASSIFICATION Consultant Name: Curtis+Rogers Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Aida Curtis Job Classification: Staff Applicable Rate Project Manager Aida Curtis Rate: $61.81 Project Designer � Jennifer Rogers Rate: $37.50 Landscape Designer Ruben Colon Rate: $27.40 Man i hours :Cost/ Activity LA Design Jacob Lafever i Rate: $23.08 Man ' hours .Cost/ Activity: LA Hannah Rate: Man hours Intern Ore $15.00 Cost/ Activity. Position name Rate: Man hours 6 Position 7 name `Rate: Man Cost/ Activity, hours .Cost/ Activity Staff Hours By Activity Salary Cost By Activity Average Rate Per Task Work Activity Man hours : Cost/ Activity! Man hours Cosy Activity 1 COMMUNITY OUTREACH j 2 Project Kick Off Meeting with the City t 6 $371 6 $225 16 l $438 16 $369 4 $60 i 48 $1 ,464 i $30.49 3 Riverview Historic District Site Analysis /Input 4 $247 4 $150 j 16 $438 16 $369 4 $60 44 $1,265 I $28.75 4 Latin Quater Site Analysis /Input / j 4 4 $247 $247 4 $150 16 $438 $438 16 $369 4 $60 $60 44_ $1,265 $1,265 I $28.75 $28.75 5 Citrus Grove Site Analysis /Input 4 $150 16 16 i $369 1 4 i 44 6 Auburnadale Site Analysis /Input 1 4 i $247 4 $150 16 i j $438 16 $369 1 4 $60 44 $1,265 7- $28.75 $28.75 7 La Pastorita Site Analysis /Input j 4 $247 4 $150 16 $438 16 $369 i 4 ] $60 44 $1,265 8 Parkdale North Site Analysis /Input 4 $247 4 $150 16 j $438 16 $369 4 $60 i 44 $1,265 $28.75 9 Shenandoah North/South Site Analysis ilnput 4 $247 4 $150 16 $438 16 i $369 4 $60 44 $1,265 1 i $28.75 $28.75 10 The Roads Site Analysis/Input ! 4 $247 4 $150 1 16 $438 16 i $369 j 4 $60 , 44 $1,265 11 Parkdale South Site Analysis /Input 4 $247 4 $150 t 16 $438 16 i $369 ! 4 $60 44 $1,265 1 I ! $28.75 $28.75 $28.75 $28.75 $36.05 $38.15 $36.13 12 Coral Gate Site Analysis/input 4 $247 4 $150 16 $438 16 $369 i 4 $60 44 44 $1,265 $1,265 13 Douglas Park Site Analysis/Input 4 $247 4 $150 1 16 $438 16 $369 4 $60 14 Silver Bluff Site Analysis/Input 4 $247 I 4 $150 16 $438 16 's $369 4 $60 44 1 $1,265 $2,307 $3,128 15 Project Progress Mtgs/Neighborhoods (8) j 12 i 18 $742 i $1,113 24 36 $900 i 12 $329 $329 12 1 12 $277 $277 4 4 $60 64 j 82 16 Project Progress Mtgs/Stakeholder and Agencies(6) $1,350 12 $60 17 Project Progress Meetings with the City (4) [ 16 $989 16 $600 16 $438 16 1 $369 4 $60 i 68 i $2,457 I i 18 Community Outreach Summary Findings-Documentatit 16 $989 32 $1,200 1 32 $877 40 $923 24 $360 I 144 I $4,349 $30.20 19 20 : 22 23 i. 1 24 • 25 26 127 j 116 : j 280 88 934 Total Staff Hours 162 288 ` Total Staff Cost j $7,169 96 . $6,075.00 ' ` $7,672.00 $6,647.04 $1,320.00 $28 884 00 1 $30.93 Total % of Work by Position 12.4% 17.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = _$ 4 - man Survey Crew: crew days at / day = $ ....................................... Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE'FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami. C.I.P. Form 117, Revised 9/15108 30.0% 30.8% 2 9.4% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: RCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: MRG_Media Relations Group $ - 2 - SUBTOTAL ESTIMATED FEE: $95,642.58 Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee):. ! $ - Other Misc. Fee: Lisa Hammer $ 4,549.64 3 - SUBTOTAL ESTIMATED FEE: $100,192.22 Additional Services (Allowance) Reimbursables (Allowance) $7,500.00 GRAND TOTAL ESTIMATED FEE: 1 $107,692.22 $83,763.60 $10,194.66 $1,684.32 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT I 7 La Pastorita Site Analysis /Input 8 Parkdale North Site Analysis /Input 9 Shenandoah North/South Site Analysis /Input Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: COMMUNITY OUTREACH Work Activity 1 COMMUNITY OUTREACH Consultant Name: BCC Engineering Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Job Classification S.Traffic Engineer IS. Transport, Engineeli Engineer Staff Luis Rodriguez 1 Lorin Brissett Junior Henry Applicable Rate Rate: $65.10 I Rate: $55.16 Rate: $39.52 Man I hours Cost/ Activity; hours Cost/ Activity' hours !Cost/ Activity 2 Project Kick Off Meeting with the City 3 $195 3 Riverview Historic District Site Analysis /Input 4 Latin Quater Site Analysis /Input / 5 Citrus Grove Site Analysis /Input I 3 6 Auburnadale Site Analysis /Input 3 3 3 $195 3 5195 $195 $195 $195 $195 3 $195 10 The Roads Site Analysis /Input 3 11 Parkdale South Site Analysis /Input i 3 12 Coral Gate Site Analysis/input 3 13 Douglas Park Site Analysis/Input 3 14 Silver Bluff Site Analysis/Input 3 $195 $195 $195 $195 $195 STAFF CLASSIFICATION _. ....: ...:.... :. o.... ::_::..-Sa y-_. :ngineer in Training ; CADD Technician Position 6 � Position 7 Staff Hours Salary Amarilis Chao I Gerardo Dragoni name name Rate: $37.68 I Rate: $24.52 Rate: `Rate: By Cost By i Rate Per Mac Cost/ Activity` Man Cosy Activi[ ` Man Cosy Activity! Man `Cost/ ActivityActivityActivityTask i y; Y:'. hours hours hours hours ; Average 3 $195 $65.10 3 $195 $65.10 3 $195 $65.10 3 $195 $65.10 3 1 $795 $65.10 3 3 3 3 $195 $65.10 $195 $65.10 $195 $65.10 $195 $65.10 3 $195 $65.10 3 I $195 $65.10 3 $195 $65.10 3 $195 $65.10 15 Project Progress Mtgs /Stakeholders & Agencies (10) j 9 16 Project Progress Meetings with the City (4) 6 17 Community Outreach Summary Findings-Documentati) $586 $391 9 6 $586 j $65.10 $391 $65.10 18 19 20 21 22 23 24 25 26 27 Total Staff Hours i Total Staff Cost Total %of Work by Position 54 100.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ /day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each Subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staif Hour Estimation Handbook. City.ol Miami, C.I.P. Farm 117: Revised 9/15/08 2 54 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $3,515.40 j $65.10 ................... $10,194.66 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: COMMUNITY OUTREACH STAFF CLASSIFICATION Job Classrf;cation Environm. Specialist •Senior Engineer •Senior Scientist Staff Scientist Admin Staff` Justin Freedman l Nadia Locke Brian Voelker Jen Savaro I Admin name name Rate: Rate: I Rate: Rate: ;Rate: Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Applicable Rate; Rate: $48.40 rjj. Rate: Work Activity 1 COMMUNITY OUTREACH 2 Project Kick Off Meeting with the City 2 $97 Man Cost/ , , _ tyl Man Cost/ Activity Man CosU Activity Man 1Cost, , ___ Man ivityl hours Cost/ , ___ _ - Man Cost/ , Man ctivity' hours _ Activity j Hours .. j._hourshours 3 Riverview Historic District Site Analysis /Input 4 Latin Quater Site Analysis /Input / 5 Citrus Grove Site Analysis /Input r Auburnadale Site Analysis /Input 1 7 La Pastorita Site Analysis /Input 8 Parkdale North Site Analysis /Input 9 Shenandoah North/South Site Analysis /Inpu 10 The Roads Site Analysis /Input 111 Parkdale South Site Analysis /Input 112 Coral Gate Site Analysis/input 113 Douglas Park Site Analysis/Input 14 Silver Bluff Site Analysis/Input Staff Hours Salary By 2 Average Cost By Rate Per Activity Task $97 $48.40 ! 15 Project Progress Meeting /Stakeholders & Agencies 116 Project Progress Meetings with the City (4) 2 8 $97 $387 2 $97 $48.40 8 $387 $48.40 17 Project community Outreach Summary Findings 18 119 120 121 1122 23 124 ]25 126 127 it Total Staff Hours 12 Total Staff Cost $580.80 12 $580.80 j $48.40 Total % of Work by Position 100.0 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. a Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Furor 117, Revised 9/15/08 2 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: COMMUNITY OUTREACH Job Classification HohcuIttlrlst/Arboristl Position 2 Staff Applicable Rate Lisa Hammer I name Rate: $60.34 Rate: Work Activity 1 COMMUNITY OUTREACH I 2 Project Kick Off Meeting with the City 3 Riverview Historic District Site Analysis /Input 4 Latin Qualer Site Analysis /Input / 5 Citrus Grove Site Analysis /Input 6 Auburnadale Site Analysis /Input 7 La Pastorita Site Analysis /Input 8 Parkdale North Site Analysis /Input 1 9 Shenandoah North/South Site Analysis /Input 10 The Roads Site Analysis /Input 11 Parkdale South Site Analysis /Input 112 Coral Gate Site Analysis/input 13 Douglas Park Site Analysis/Input 14 Silver Bluff Site Analysis/Input Man hoursCost/ Activity: hours 15 Project Progress Mtgs /Neighborhoods (6) [ 18 i ! 116 Project Progress Mtgs/Stakeholder and Agencies(6) 117 Project Progress Meetings with the City (2) 118 Community Outreach Summary Findings-Documentati/ j19 20 21 122 [23 124 125 6 27 Total Staff Hours Total Staff Cost Total % of Work by Position 26 $1,568.84 100.0% —. ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at Cost/ Activity /day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 Position 3 name STAFF CLASSIFICATION Position 4 Position 5 name name Rate: Rate: ` Rate: Man Cost/ Activity hours Cost/ Activity! Man hours 2 �Coab Activity' Consultant Name: Lisa Hammer Contract No.: enter consultants prof. number Date: 11 /14/2017 Estimator: Aida Curtis Position 6 Position 7 name name Rate:Man Man !Rate: hours., Cost/.Activity. ou !Cost/ Activity 1 By Activity • 26 Salary Average Cost By Rate Per Activity Task 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: MRG_Media Relations Group 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $1,568.84 i $60.34 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services FULL SCOPE_ Total Project Budget_$1,252,271.02 Project No.: B- Description: MASTER PLAN SCHEMATICS AND PLANT PALETTE STAFF CLASSIFICATION Consultant Name: Curtis+Rogers Contract No.: enter consultants prof. number Date: 11/14/2017 Estimator: Aida Curtis Job Classification; Staff' Applicable Rate; Project Manager Aida Curtis ! Rate: $61.81 Project Designer Jennifer Rogers Rate: $37.50 _ Laridsoape Ruben Rate: Designer . LA Colon I Jacob $27.40 ! Rate: Design Lefever I $23.08 i LA Intern Hannah Ore Rate: $15.00 Position 6 name Rate: Position 7 [Staff name I f Rate: Hours By j Activity Salary I Cost By Activity Average ii Rate Per Task { Work Activity Man hours 'Cost/ Activity; : Man `Cost/ Activity hours Man hours Cost/ Activity; Man Cost/ Activity: I hours, Man hours Cost/ Activity Mur Cost/ Activity hours Man hours Cost/ Activity[ 1 MASTER PLAN SCHEMATICS AND PLANT PALETTO I . I ` I I 2 Project Schematic Kick Off Meeting with the City 4 1 $247 6 I $225 16 $438 I 16 1 $369 4 $60 j 46 $1,340 $29.13 r 3 Riverview Historic District Schematic/ Plant Pallete 4 I $247 8 $300 24 $658 8 $185 4 $60 E 48 $1,449 $30.20 4 Latin Quater Schematic/ Plant Pallete 5 Citrus Grove Schematic/ Plant Pallete 4 4 f $247 i I $247 8 I $300 8I $300 24 I $658 8 8 i $185 4 $60 I 48 48 $1,449 $1,449 $30.20 $30.20 24 $658 i I $185 I 4 $60 6 Auburnadale Schematic/ Plant Pallete I 4 : $247 I 8 $300 24 $658 8 ! $185 4 $60 I 48 y $1,449 $30.20 $30.20 7 La Pastorita Schematic/ Plant Pallete 4 $247 { 8 i $300 24 $658 8 $185 I 4 $60 48 $1,449 8 Parkdale North Schematic/ Plant Pallete 4 i $247 8 $300 24 $658 8 $185 4 $60 I 48 i $1,449 $30.20 9 Shenandoah North/South Schematic/ Plant Pallete 4 $247 ` 8 $300 24 I $658 I 8 1 $185 4 $60 • 48 $1.449 i $30.20 10 The Roads Schematic/ Plant PalleteSite Analysis /Inpt 4 $247 8 $300 24 i $658 I 8 j $185 4 $60 I 48 I $1,449 i $30.20 i --I$1,449 $30.20 11 Parkdale South Schematic/ Plant Pallete 4 $247 8 $300 24 $658 { 8 $185 4 $60 48 1 12 Coral Gate Site Schematic/ Plant Pallete 4 I $247 8 $300 24 I $658 8 $185 1 4 $60 48 I $1,449 I $30.20 13 Douglas Park Schematic/ Plant Pallete 4 I $247 8 $300 24 I $658 8 $185 1 4 $60 48 I $1,449 $30.20 $30.20 14 Silver Bluff Schematic/ Plant Pallete 4 I $247 8 $300 24 I $658 8 I $185 i 4 $60 I 48 T $1,449 15 Documentation of Draft Master Plan 24 16 $1,483 I $989 40 I $1,500 40 $1,096 40 $438 16 I $923 i 8 $120 $120 4 i 152 f 72 1 i $5,123 $2,517 $33.70 $34.95 16 Project Progress Meetings with the City (4) 16 i $600 16 $369 i 8 17 Project Tree Plantings Phasing Recommendations 12 $742 I 24 $900 24 $658 I 8 $185 I 8 $120 76 i $2,604 1 $34.26 18 Riverview Historic District Streescape Design Guidelin 12 $742 1 24 1 $900 24 $554 8 $120 68 I $2,316 I $34.05 19 Shenandoah North Streescape Design Guidelines I 12 I $742 ! 24 1 $900 I 24 j $554 8 $120 , 68 I $2,316 $34.05 20 Bird Road/Douglas Station Streescape Design Guideli! 12 $742 24 I $900 24 $554 8 $120 68 i $2,316 $34.05 21 Southwest 27th Ave Streescape Design Guidelines : 12 ( $742 24 $900 24 $554 8 $120 68 1 $2,316 I $34.05 22 Southwest 8th Street - Streescape Design Guidelines I 12 $742 I 24 I $900 24 $554 8 $120 68 I $2,316 $34.05 $34.05 23 Street Tree Master Plan for Southwest Study Area i 12 $742 ': 24 1 $900 24 i $554 8 $120 ( 68 1 $2,316 24 Landscape Plan for all medians and ROW in SW stud/ 12 { $742 I 24 $900 24 $658 8 I $185 8 $120 I 76 j $2,604 $34.26 25 New Medians and Public Art Placement in SW study al 12 $742 1 24 $900 32 $877 16 i $369 8 $120 T 92 I $3,008 I $32.69 26 Final Documentation of Master Plan 24 $1,483 I 40 I $1,500 40 $1,096 1 40 I + $923 8 $120 ! 152 I $5,123 $33.70 27 Total Staff Hours I 224 t 414 I 480 384 I 148 l ....4... 1,650 � I I Total Staff Cost i $13,845.44 1 I $15 b25 00 I 813,152 00 ( I $8,862.72 I $2,220.00 j I 1 Y $53,605..16 I $32.49 , Total % of Work by Position 13.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at 25.1% / day / day Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City et Miami. C.I.P. Foss 117: Revised 9115108 29.1% 23.3% 3 9.0% 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant. Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture $104,822.24 2 - SUBTOTAL ESTIMATED FEE: . $319,470.84 Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $155,454.96 $59.193.64 I $319,470.84 $7,500.00 $326,970.84 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: MASTER PLAN SCHEMATICS AND PLANT PALETTE STAFF CLASSIFICATION Consultant Name: BCC Engineering Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Job Classification! S.Traffic Engineer S. Transport. Engineer Engineer Engineer in Training CADD Technician Position 6 Position 7 Staffi Luis Rodriguez Lorin Brissett Junior Henry Amarilis Chao Gerardo Dragoni name name Applicable Rate! Rate: $65.10 i. Rate: $55.18 i Rate: $39.52 Ep Rate $37.68 II Rate: $24.52 Rate: Rate: Man Man Man Man Man hours ; Work Activity f Cost/Man Activity! Cost/ Activity! hours Cost/ hours Activity :Cost/Activity) 'Cost/ hours Activity! Cost/ Activity; Cos" Activity! • hours s Man hours hours 1 MASTER PLAN SCHEMATICS AND PLANT PALETTE Staff Hours I Salary : Average By Cost By Rate Per Activity Activity Task 2 Project Schematic Kick Off Meeting with the City 3 Riverview Historic District Schematic/ Plant Pallete 4 Latin ouater Schematic/ Plant Pallete 5 Citrus Grove Schematic/ Plant Pallete 6 Auburnadale Schematic/ Plant Pallete 7 La Pastorita Schematic/ Plant Pallete 8 Parkdale North Schematic/ Plant Pallete 9 Shenandoah North/South Schematic/ Plant Pallete 10 The Roads Schematic/ Plant PalleteSite Analysis /Inptj 11 Parkdale South Schematic/ Plant Pallete 12 Coral Gate Site Schematic/ Plant Pallete j 13 Douglas Park Schematic/ Plant Pallete 14 Silver Bluff Schematic/ Plant Pallete 15 Documentation of Draft Master Plan t 16 Project Progress Meetings with the City (4) 17 Project Tree Plantings Phasing Recommendations 18 Riverview Historic District Streescape Design Guideline 19 Shenandoah North Streescape Design Guidelines 20 Bird Road/Douglas Station Streescape Design Guideli( j 21 Southwest 27th Ave Streescape Design Guidelines I 122 Southwest 8th Street - Streescape Design Guidelines 23 Street Tree Master Plan for Southwest Study Area 24 Landscape Plan for all medians and ROW in SW stud] 25 New Medians and Public Art Placement in SW study a 26 Final Documentation of Master Plan . 27 Roadwa Concept Plans Total Staff Hours 1 36I $2,344 ! $80 36 80 $4,413 100 1 63.952 100 156 65,878 i 156 $3,825 528 I $ 0 412 $38.66 156 i 156 528 Total Staff Cost Total / of Work by Position $2 343 60 6.8% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at $4,412.80 5.2% / day = $ /day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Ferm 117: Revised 9115/08 f $3 952 00 . 8.9% 29.5% 3 $5,878 08 $3 825 12 29.5% $20,411.60 ! $38 66 ! 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Full Scope Project No.: B- Description: MASTER PLAN SCHEMATICS AND PLANT PALETTE Job Classification] Staff' Applicable Rate) Work Activity 1 MASTER PLAN SCHEMATICS AND PLANT PALETTO i 2 Project Schematic Kick Off Meeting with the City — Urban Designer Walter Meyer Rate: $69.20 Man 'Cost/Activit ` hours y': STAFF CLASSIFICATION Principal LA I Project Manager Jennifer Bolstad I Andrew LaStella Rate: $69.17 I Rate: $60.27 Mart hours Cost/ Activity' Yoaurs !Cost/ Activity Design Staff Sally Zhang Rate: $38.63 Admin Carmen Bras Rate: $40.08 ourr s u hours :Cost/ Activity Consultant Name: Local OfficeLandscape and Urban Design Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Position 6 name Rate: Rate: Position 7 I Staff Hours I Salary t Average name By Cost By Rate Per Man hours Cost/ Activity: hogs Cost/ Activity!hours Cost/ Activity, Activity I Activity 3 Riverview Historic District Schematic/ Plant Pallete 4 Latin Quater Schematic/ Plant Pallete 5 Citrus Grove Schematic/ Plant Pallete I 6 Auburnadale Schematic/ Plant Pallete 7 La Pastorita Schematic/ Plant Pallete i 8 Parkdale North Schematic/ Plant Pallete Task 9 Shenandoah North/South Schematic/ Plant Pallete 10 The Roads Schematic/ Plant PalleteSite Analysis /InpL 11 Parkdale South Schematic/ Plant Pallete 12 Coral Gate Site Schematic/ Plant Pallete 13 Douglas Park Schematic/ Plant Pallete 14 Silver Bluff Schematic/ Plant Pallete ': 15 Documentation of Draft Master Plan 116 Project Progress Meetings with the City (4) 117 Project Tree Plantings Phasing Recommendations 18 Riverview Historic District Streescape Design Guidelin€ 24 $1,661 12 $830 119 Shenandoah North Streescape Design Guidelines 24 $1,661 12 $830 8 € $482 8 $482 40 $1,545 84 $4,518 $53.79 40 1.545 84 $4,518 $53.79 20 Bird Road/Douglas Station Streescape Design Guideli i 21 Southwest 27th Ave Streescape Design Guidelines 24 122 Southwest 8th Street - Streescape Design Guidelines ( 24 123 Street Tree Master Plan for Southwest Study Area 24 24 i $1,661 12 $1,661 12 $1,661 $1,661 24 Landscape Plan for at medians and ROW in SW stud 24 $1,661 25 New Medians and Public Art Placement in SW study a 24 i $1,661 26 Final Documentation of Master Plan • 27 Roadwa Concept Plans Total Staff Hours Total Staff Cost Total %of Work by Position 192 $13,286.40 28.6% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at 96 14.3% $830 $830 $6,640.32 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 8 64 $482 i $3,857.28 9.51 40 $1,545 40 $1,545 40 $1,545 40 $1545 40 $1545 40 $1,545 320 $12, 361.60 47.6% 3 84 $4,518 $53.79 84 $4,518 $53.79 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $4,518 $53.79 $4,518 $53.79 $4,518 $53.79 • $4,518 ( $53.79 $104,822.24 $104,822.24 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE_Total Project Budget_$1,252,271.02 Project No.: B- Description: COST ESTIMATES & MAINTENANCE PLAN PHASE Job Classification. Project Manager Project Designer T Landscape Desigr Staff Aida Curtis I Jennifer Rogers Ruben Colon Applicable Rate Rate: $61.81 ? Rate: $37.50 Rate: $27.40 STAFF CLASSIFICATION Work Activity hogs Cost/ Activity; hoursMan Cost/ Activity hogs ! Cost/ Activity Jacob Lefever Rate: $23.08 Man ; hours !Cost/ Activity Consultant Name: Curtis+Rogers Contract No.: enter consultants proj. number Date: 1 1 /14/2017 Estimator: Aida Curtis Hannah Ore name name Rate: $15.00 Rate: I Rate: i Man i hours !Cost/ Activity' hours Cost/ Activity!hours 'Cost/ Activity 1 COST ESTIMATES & MAINTENANCE PLAN PHASE Staff Hours Salary i Average ll By Cost By Rate Per rl Activity I Activity Task I� 2 Operating Cost Model 3 Maintanance Plan 8 $494 16 $600 24 $658 8 4 Identify funding mechanisms for the City to maintain i 16 5 Each funding mechanism tied to each implementation 16 $494 16 $989 24 $989 24 $600 24 $658 $900 $900 24 I $658 24 $658 4 ! $60 52 $1,812 $34.85 4 1 $60 4 4 $60 $60 6 Prepare Draft Cost Document 16 7 Meetings w City to Review Draft Cost Document 8 $989 i 24 $494 I 8 8 Finalize Cost Document 16 i—9 110 I11 $989 24 $900 32 $877 $300 8 i $219 $900 32 I $877 4 $60 4 } $60 4 1 $60 52 $1,812 I $34.85 68 I $2,607 $38.33 68 I $2,607 I $38.33 76 $2,826 j $37.18 28 $1,074 $38.35 76 $2,826 $37.18 1 112 113 t- 114 15 16 117 18 j19 20 j21 41 22 ;23 24 ,25 126 127 Total Staff Hours 88 136 1 168 28 Total Staff Cost Total % of Work by Position $5,43928 _._...__.__.._,.. $5,100.00 21.0% 32.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = $ 4 - man Survey Crem crew days at / day = $ :........_........ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused Subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15108 $4,60320 40.0% 4 67 420 $420.00 I $15,562.48 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $37.05 li ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: COST ESTIMATES & MAINTENANCE PLAN PHASE STAFF CLASSIFICATION Consultant Name: BCC Engineering Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Job Classification; Staff] Applicable Ratel S.Traffic Engineer Luis Rodriguez Rate: $65.10 Work Activity Man ;Cost/ Activity hours i 1 COST ESTIMATES & MAINTENANCE PLAN PHASE 2 Operating Cost Model IS. Transport. Engineer:, Lorin Brissett I Rate: $55.16 Man I hours Cost/ Activity: Engineer Junior. Henry Rate: $39.52 Man 1Costl Activity hours Engineer in Training i CADD Technician Position 6 Position 7 Amarilis Chao I Gerardo Dragoni name name Rate: $37.68 } Rate: $24.52 Rate: :Rate:— Man :Cost/ Activit t Man ;Cost/ Activity` Man Cost/ Activit Man ! CosU Activity? Activity hours y1 y hours hours hours I Staff Hours Salary By Cost By Activity 3 Maintanance Plan 4 Identify funding mechanisms for the City to maintain 5 Each funding mechanism tied to each implementation Average Rate Per Task 6 Prepare Draft Cost Document 8 $521 16 $883 16 $632 32 $1,206 32 $785 104 $4,026 $38.71 7 Meetings w City to Review Draft Cost Document 8 Finalize Cost Document 2 $130 4 $221 4 1 $158 $301 $196 26 $1,007 1 $38.71 9 10 11 12 13 14 115 16 17 T 118 119 120 21 122 23 24 ':,25 26 27 Total Staff Hours 10 20 20 40 40 Total Staff Cost Total %of Work by Position $651.00 i $1,103.20 7.7% 15.4% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = 4 - man Survey Crew: crew days at / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 1 i7: Revised 9/15/08 $790.40 15.4 j 30.8% 4 1,507.20 30.8% $980.80 130 $5,032.60 i $38.71 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $14,594.54 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwes Project No.: B- Streescape and Street Tree Master Plan Services Full Scope Description: COST ESTIMATES & MAINTENANCE PLAN PHASE Job Classification;. Urban Designer Staff! Walter Meyer Applicable Rate! Rate: $69.20 Man hours iCost/ Activity hours Work Activity 1 COST ESTIMATES & MAINTENANCE PLAN PHASE 2 Operating Cost Model 3 Maintenance Plan 4 Identify funding mechanisms for the City to maintain 20 5 Each funding mechanism tied to each implementation 6 Prepare Draft Cost Document Y 7 Meetings w City to Review Draft Cost Document Principal LA Jennifer Bolstad Rate: $69.17 Cost/ Activity':, $1,383 8 $553 STAFF CLASSIFICATION Cbnsultant Name: Local Office Landscape and Urban Design Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Project Manager Design Staff ! Admin Position 6 Position 7 name name Rate: $60.27 Rate: $38.63 I Rate: $40.08 Rate: !Rate: i Man Cost/ Activity Man !Cost/ Activity! elan Cosy Activity; Man Cost/ Activity Man Cost/ Activit hours hours i ( hours hours hours y. Andrew LaStella Sally Zhang ? Carmen Bras 8 $492 8 $482 Staff Hours Salary By 1 Cost By Activity Activity Average Rate Per Task 28 $1,866 $66.63 16 $1,036 j $64.72 8 Finalize Cost Document 9 10 11 112 13 114 115 16 17 118 119 20 121 122 23 24 25 26 127 Total Staff Hours 28 16 44 Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at $1,936.76 63.6% Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9115(08 t $964.32 36.4% 4 $2,901.08 $65.93 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: -. Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_FULL SCOPE Total Project Budget_$1,252,271.02 Project No.: B- Description: URBAN FORESTER NEEDS ASSESMENT PHASE Job Classification' Staff( Applicable Rate' STAFF CLASSIFICATION Consultant Name: Curtis+Rogersnt Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Aida Curtis Project Manager I Project Designer ' Landscape Designer LA Design Position 5 Position 6 Position 7 Aida Curtis I Jennifer Rogers I Ruben Colon Jacob Lefever I Hannah Ore name name Rate: $61,81 I Rate: $37.50 I Rate: $27.40 Rate: $23.08 I Rate: $15.00 Rate: :Rate: -f- Man € Man Man t Man t Man Man i Man 'Cosy Activity] Cost/ Activity; €Cost/ Activity Cost/ Activity : Cost/ Activity? Cost,' Activity; Cost/ Activit I ActivityActivity hours hours ; hours E hours hours hours 1 hours yj Work Activity Staff Hours Salary Cost By Average Rate Per Task 1 URBAN FORESTER NEEDS ASSESMENT PHASE ' i , f i 2 Urban Forestry Management Plan 4 $247 $438 8 $185 8 1 $300 16 r- 36 $1,170 I $32.51 3 Urban Forestry Resources Reccomendations j 4 $247 8 $300 16 I $438 8 $185 1 36 I $1,170 1 $32.51 4 Identify how these resouces relate to maintenace of urj 4 $247 8 $300 i 16 : $438 8 $185 36 I$1,170 ' $32.51 I 5 Identify how these resouces relate to operational cost 4 $247 8 $300 i 16 i $438 8 $185 36 $1170 ,$32:51 6 Identification of Human Resources i 4 $247 8 $300 12 $547 i $45.60 7 Identification of Equipment Resources I 4 $247 8 $300 4 i $110 € 16 $657 I $41.05 4 $247 8 ( $300 ! 12 $547 1 $45.60 -? 8 3 $300 12 I $329—j---""8 $185 8 Identification of Software Resources 9 Draft Urban Needs Assessment Plan I 4 $247 10 Review w City Urban Needs Assessment (2 meetings)( 8 i $494 11 Finalize Urban Needs Assesment Plan I 8 $494 112 I13 '14 15 I16 1- 8 $300 16 $600 8 ! $219 32 $1,061 16 $794 32 $1,314 $33.15 $49.66 $41.05 117 18 '19 120 21 '22 123 24 25 26 € 27 Total Staff Hours I 48 88 88 40 264 Total Staff Cost Total % of Work by Position 18.2% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at $2,966.88 $3,300.00 33.3% /day = $ /day Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 1.7: Revised 9115/08 I $2,411.20 33.3% 15.2% $923.20 $9,601.28 I $36.37 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer (Horticultural Consultant) 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $27,843.71 $13,634.15 $41,477.86 $ 13,298.94 $54,776.80 $54,776.80 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: URBAN FORESTER NEEDS ASSESMENT PHASE Job Classiticationi Environm. Specialist i Senior Engineer Staff! Justin Freedman I Nadia Locke Applicable Rate' Rate: $48.40 Rate: —_ -1— an Work Activity hours Cost/ Activity; hou s 1 URBAN FORESTER NEEDS ASSESMENT PHASE $52.25 Cost/ Activity! • Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name STAFF CLASSIFICATION .__— Senior Scientist Staff Scientist � Admin Position 6 Position 7 j Staff Hours' Salary Average Brian Voelker Rate: $35.76 Man € hours [CosUActivity Jen Savaro E Admin name name Rate: $24.12 j Rate: $28.86 Rate: :Rate: Man Cost/ Activit ` Man ! Cost/ Activity! Man Cost/ Activit Man Cost/ Activit Activity hours Activity! hours ? yj hours y hours y� y ! By 2 Urban Forestry Management Plan 3 Urban Forestry Resources Reccomendations 2 $97 i 4 Identify how these resouces relate to maintenace of urj 2 $97 i 5 Identify how these resouces relate to operational cost ! 1 $48 6 Identification of Human Resources € 1 $48 7 Identification of Equiptment Resources 1 1 $48 8 Identification of Software Resources j9 8 $387 1 $52 8 $286 54 $1,302 4 $115 Cost By Rate Per Activity Task 75 $2,143 $52 1 $36 4 $96 $52 $52 30 i $1,073 4 $143 12 i $289 1 $29 1 1 $29 9 $310 $52 1 8 I $286 I 1 $29 46 6 $1,540 $244 $28_58 $34.46 $33.48 $40.62 $48 $48.40 _ $48 E $48.40 10 $367 i $36.72 j i10 11 12 !13 '14 r 15 !16 17 i I 18 19 20 21 22 23 24 125 26 127 Total Staff Hours Total Staff Cost Total %of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: 15 $726.00 10.1 crew days at crew days at 5 $261.25 3.4% / day = / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9:15,08 51 i $1,823.76 34.5% 70 $1,688.40 47.3% 7 4.7% $202.02 148 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $4,701.43 ! $31.77 ESTIMATE OF WORK EFFORT AND COST- PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Service_FULL SCOPE Project No.: B- Description: URBAN FORESTER NEEDS ASSESMENT PHASE STAFF CLASSIFICATION Consultant Name: Lisa Hammer Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Aida Curtis Job ClassificationEHorticulturist/Arboristi Position 2 i Position 3 Staff' Lisa Hammer 1 name I name Applicable Rate' Rate: $60.34 Rate: I Rate: Work Activity hogs Cost/ Activity ours Cost/ Activity hogs Cost/ Activity T :__.....:. - - .. . 1 URBAN FORESTER NEEDS ASSESMENT PHASE -! . t- 2 Urban Forestry Management Plan 3 Urban Forestry Resources Recommendations 4 Identify how these resouces relate to maintenace of url 4 I $241 5 Identify how these resouces relate to operational cost i 6 Identification of Human Resources [ 8 1 $483 7 Identification of Equiptment Resources I 12 $724 8 Identification of Software Resources 9 Draft Urban Needs Assessment Plan I10 Review w City Urban Needs Assessment (2) 11 Finalize Urban Needs Assesment Plan 8 8 $483 $483 12 $724 4 $241 8 $483 12 Maintenance specifications for healthy canopy 12 $724 113 14 115 16 17 18 19 120 121 122 123 124 25 26 (27 Total Staff Hours I 76 Total Staff Cost Total % of Work by Position 100.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at $4,585.84 / day = /day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9115/08 Position 4 Position 5 Position 6 name name name name Rate: I Rate: Rate: ;Rate: Man ManMan Nlan Cost/ Activity Cost/ Activity Cosy Activity Cost/ Activity hours hours : hours hours 5 Position 7 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: Staff Hours 1 Salary Average By Cost By Activity Activity Rate Per Task 12 $724 i $60.34 8 I $483 $60-34 $241 $60.34 $483 $60.34 $483 $60.34 $724 $60.34 $241 , $60.34 $483 [ $60.34 76::::... $4,585.84 (. $60.34 (multiplier 2.9) $60.34 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services FULL SCOPE_Total Project Budget_$1,252,271.02 Project No.: B- Description: STREET TREE MASTER PLAN PHASE Consultant Name: Curtis+Rogers Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Aida Curtis i STAFF CLASSIFICATION Job Classification; Project Manager ; Project Designer ;Landscape Designer LA Design Position $ Position 6 Position 7 I Staff Hours I Salary Average it Staff` Aida Curtis I Jennifer Rogers I Ruben Colon = Jacob Lefever I Hannah Ore name name Applicable Raley Rate: $61.81 Rate: $37.50 I Rate: $27.40 Rate: $23.08 Rate: $15.00 Rate: (Rate: By Cost By Rate Per Man ' Man t Man Man I Man ' Man i Man Work Activity j hours ' CosU Activity] hours Activity' hours `Cosy Activity hours !Cost/ Activity hours Cosy Activity hours Cost/ Activity hours ( Cost/ Activity) Activity Activity Task 1 STREET TREE MASTER PLAN PHASEI I I j 2 Assesment of tree and horticultural resources I 4 $247 24 $900 I 32 I $877 8 $185 4 $60 72 I $2,269 i $31.51 3 Urban Forest Tree Succesion Plan 4 ? $247 24 I $900 32 I $877 8 $185 f• 4 $60 72 $2,269 $31.51 4 Short term Tree Canopy Cover f 4 I $247 24 I $900 i 32 j $877 ( 8 I $185 4 I $60 ' 72 $2,2G9 $31.51 5 Intermediate Term Tree Canopy Cover f 4 $247 24 $900 32 $877 8 $185 4 $60 l 72 $2,269 $31.51 6 Long Term Tree Canopy Cover I 4 $247 24 $900 32 $877 8 $185 4 $60 i 72 $2,269 $.31.51 I 7 Species Diversity Plan 4 $247 24 $900 32 $877 8 $185 4 $60 72 $2,269 $31.51 8 Tree Age Distribution Plan i 4 $247 24 $900 32 ; $877 8 $185 4 $60 j I 72 $2,269 $31.51 9 Tree Risk Management Plan 4 $247 24 $900 32 $877 8 $185 4 $60 72 $2,269 $31.51 10 Tree Management Plan 4 $247 24 $900 32 $877 8 $185 1 4 I $60 72 I $2,269 $31.51 I11 Mechanisms to integrate feedback into the plan 24 $900 32 $877 8 $185 4 $60 j 72 I $2,269 $31.51 4 $247 12 Plant Health Care Recomendations i 4 I $247 24 $900 32 $877 8 $185 i 4 $60 ' 1 72 $2,269 $31.51 13 Curb and Sidewalk Repair Management Plan 4 $247 24 $900 32 i $877 8 $185 4 I $60 i 72 $2,269 $31.51 I14 Draft/Assemble Master Plan Report 16 $989 40 $1,500 I 40 ; $1,096 40 $923 4 I $60 i 140 $4,568 $32.63 15 Incorporate City Comments into Report 8 I $494 16 $600 16 $438 16 $369 4 $60 j j 60 $1,962 $32.70 116 Final assembly of Master Plan Report 8 i $494 32 I $1,200 24 $658 24 $554 4 $60 92 $2,966 $32.24 17 18 1 ! I19 120 21 I22 I23 24 25 26 I27 Total Staff Hours I 80 376 464 176 60 1 ,1 56 Total Staff Cost Total /, of Work by Position $4 944 80 6.9% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at $14 100.00 32.5% Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15108 40. 1 % $12,713.60 _............ r. $4,062.08 15.2% 6 5.2% $900.00 $36,720.48 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. Subconsultant: Biscayne Engineering Subconsultant: E Sciences Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer (Horticultural Consultant) 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $31.77., i $106,489.39 I...._ $6,975.08,_', $16,537.19 $130,001.66 $ 13,648.91 $143,650.57 $7,500.00 $151,150.57 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: STREET TREE MASTER PLAN PHASE STAFF CLASSIFICATION Work Activity ; hours y! hours ? hours , hours ; yt hours y: hours yl hours 'Cost/ y i 1 STREET TREE MASTER PLAN PHASE 2 Assesment of tree and horticultural resources 3 Urban Forest Tree Succesion Plan 4 Short term Tree Canopy Cover 5 Intermediate Term Tree Canopy Cover 6 Long Term Tree Canopy Cover I _� �._i�_ Job Classification; S.Traffic Engineer 5. Transport Engineel Engineer Engineer m Training CADD Technician Position 6 Position 7 1 Staff Hours ; Salary . Average Staff' Luis Rodriguez Lorin Brissett Junior Henry Amarilis Chao Gerardo Dragoni name name Applicable Ratei Rate: $65.10 Rate: $55.16 I Rate: $39.52 Rate: $37.68 ! Rate: $24.52 Rate: Rate: By• Coat By Rate Per Man Man Man , Man PAan ' Man Man 1 �CosUActivit CosUActivity 'Cost Activity CosUActivrt `. Cost/Activrt CosVActivrt Activlt+> Activity Activity Task Consultant Name: BCC Engineering Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name 7 Species Diversity Plan 8 Tree Age Distribution Plan 9 Tree Risk Management Plan 10 Tree Management Plan 11 Mechanisms to integrate feedback into the plan 12 Plant Health Care Recomendations 13 Curb and Sidewalk Repair Management Plan 14 Draft/Assemble Master Plan Report 15 Incorporate City Comments into Report 16 Final assembly of Master Plan Report 17 12 $781 1 12 1 $521 8 $662 24 $1,443 1 $60.13 { $441 � I 16 $962 18 19 120 21 $60.13 122 23 124 '25 j 26 `27 Total Staff Hours 20 20 r 40 Total Staff Cost Total % of Work by Position $1,302.00 50.0% $1,103.20 50.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = 4 - man Survey Crew: crew days at / day = Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, G LP- Form 117: Revised 9/15/08 6 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $2,405.20 ' $60.13 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: STREET TREE MASTER PLAN PHASE . . . Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name STAFF CLASSIFICATION ...,._.... Admin Job Classification! Environm. Specialist I Senior Engineer I Senior Scientist Staff Scientist 1Position 7 i Staff Hours I Salary i Av-e—rage I! ..... Positionname6 • . . Jen Savaro I .• I I ; Staff 1 Justin Freedman I Nadia Locke 1 Brian Voelker Admin • • name !;• Applicable Betel Rate: , $48.40 I Rate: $52.25 Raaten: , $35.76 Rate: $24.12 '-' i I il I Rate: $28.86 i Rate: Ma!Rate: By Cost By Rate Per m • , Work Activity -4-- • an • hours CosE Activity' hours Cost/ Activity l hours 'Cost/Activity Cost/Activity n Cost/ Activity' hours Cost/ Activity1 hours ICost/ Activity' Activity I Activity hours ! hours Task 1 STREET TREE MASTER PLAN PHASE 2 Assesment of tree and horticultural resources 3 Urban Forest Tree Succesion Plan 4 Short term Tree Canopy Cover 5 Intermediate Term Tree Canopy Cover . , .. i i 8 I $387 I i 1 $52 I 8 I $286 40 $965 4 i I , i ! $115 I 1 61 I $1.806 $29.60 2 $97 1 $52 4 $143 8 $193 15 $485 $32.34 2 1 $97 I 1 $52 I 4 1 $143 8 i $193 15 , $485 $32.34 ; . . i .. 6 Long Term Tree Canopy Cover 7 Species Deiversity Plan 8 Tree Age Distribution Plan 2 $97 I 1 $52 1 4 5143 8 $193 2 i $97 1 2 897 $52 4 $143 $52 4 1 $143 1 9 Tree Risk Management Plan 2 $97 110 Tree Management Plan 11 Mechanisms to integrate feedback into the plan 12 Plant Health Care Recomendations 13 Curb and Sidewalk Repair Management Plan 2 I $97 $52 $52 4 8143 $143 12 I $289 $29 12 I $289 I 1 $29 12 $289 1 $29 2 $289 1 15 i $485 $32.34 20 ! $610 1 $30.52 - - 20 $610 $30.52 20 $610 $30.52 20 I $610 $30.52 • • • • • • • • • 14 18 119 1 120 i 21 122 23 24 125 26 I I I . Total Staff Hours I 22 1 I 8 1 36 Total Staff Cost i I $1,064.80 Total % of Work by Position 11.8% 4.3% • ESTIMATE OF SURVEY CREW COSTS ..• 3 - man Survey Crew: crew days at / day = $ 4 - man Survey Crew: crew days at / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. • $418.00 $1,287.36 I $2,701.44 19.4% 60.2% City of Miami, C.I.P. Form 111, Revised 9115/08 6 4.3% $230.88 . 1 , 186 i $5,702.48 $30.66 : 1 ' .••• i 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $16,537.19 $16 537.19 $ $16,537.19 $16,537.19 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: STREET TREE MASTER PLAN PHASE Job Classification Staff Applicable Rate STAFF CLASSIFICATION Hort- iculturist/Arboristi Position 2 i Position 3 Position 4 Position 5 Position 6 Position 7 Lisa Hammer I name name name I name name name Rate: $60.34 Rate: Rate: Rate: Rate: Rate: - !Rate: By Cost By Rate Per Man Cost/ Activity!` hoursuCost/ Activit l Man 'Cost/ Activity Man Cost/ Activity 1 our Cost/ Activit l Man Cosy ActivityMan Cost/ ActivityActivityActivity i Task Y' Y YI YI, Y flours ; hours hours hours hours hours . Consultant Name: Lisa Hamer Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Aida Curtis Work Activity I 1 STREET TREE MASTER PLAN PHASE Staff Hours Salary j Average 2 Assesment of tree and horticultural resources 3 Urban Forest Tree Succession Plan i 4 Short term Tree Canopy Cover 5 Intermediate Term Tree Canopy Cover 6 Long Term Tree Canopy Cover 4 $241 8 $483 8 $483 4 $241 I $60.34 8 8 $483 $60.34 $483 i $60.34 8 $483 1 7 Species Diversity Plan 1. 8 Tree Age Distribution Plan 8 $483 8 $483 8 $483 { $60.34 8 $483 I $60.34 8 $483 1 $60.34 9 Tree Risk Management Plan 8 $483 i 10 Tree Management Plan 6 $362 8 $483 I $60.34 6 ▪ $362 $60.34 11 Mechanisms to integrate feedback into the plan 112 Plant Health Care Recomendations 12 $724 12 $724 $60.34 113 Curb and Sidewalk Repair Management Plan 114 Draft/Assemble Master Plan Report 4 $241 1 15 Incorporate City Comments into Report 16 Final assembly of Master Plan Report T 4 $241 4 $241 - $60.34 4 $241 $60.34 117 118 19 20 121 122 23 '24 125 i26 27 Total Staff Hours 78 Total Staff Cost Total % of Work by Position ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: 4 - man Survey Crew: $4,706.52 I. 100.0% crew days at crew days at Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICEJFDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/09 6 4-- 78 $4,706.52 ! $60.34 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) $13,648.91 Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: 3 - SUBTOTAL ESTIMATED FEE: $13,648.91 Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $13,648.91 $13,648.91 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services FULL SCOPE_Total Project Budget_$1,252,271.02 Project No.: B- Description: FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION Job Classification' Project Manager Staff€. Aida Curtis Applicable Rate Work Activity 1 FINAL PRESENTATIONS TO CITY FOR MASTER PO Man i Man hours !Cost/ Activity hours 2 Presentation to Planning and Zoning " 4 3 Presentation to Appeal Boards* 4 Presentation to Miami City Commision' 4 5 Preparation of digital deliverables to the City 4 $247 8 $247 8 Project Designer Jennifer Rogers Rate: $61.81 Rate: $37.50 Cost/ Activity $247 8 $300 6 Preparation of hardcopies deliverables to the City 4 $247 8 STAFF CLASSIFICATION LA Design Consultant Name: Curtis+Rogers Contract No.: enter consultants prof. number Date: 11/14/2017 Estimator: Aida Curtis ........................................................................................... Position 5 Position 6— Ruben Colon Jacob Lefever Hannah Ore Rate: $27.40 Rate: $23.08 j Rate: $15.00 Rate: Man E Man ; Man Man Cost/ Activity Cost/ Activity Cost/ Activity: hours , hours i hours hours 16 $438 16 $369 16 I $240 $300 I 16 j $438 16 1 $369 I 16 $300 1 16 1 $438 16 $369 i 16 $300 1 16 E $438 16 1 $369 I 16 $240 $240 $240 name name :Rate: Cost/ Activity, Man Cost/Activity; Activity hours t • • Position 7 !Staff Hours i Satary ? Average �t By Cost By Rate Per , I Activity i Task 60 i $1,595 • 60 $1,595 € $26.58 60 $1,595 1 $26.58 60 $1,595 $26.58 i- $26.58 7 8 * Hours estimated include preparation of pre-submissii 9 materials, handouts and presentation preparation. f 10 13 14 15 16 117 18 119 20 21 22 23 i24 25 126 I27 Total Staff Hours 16 32 64 64 64 240 Total Staff Cost Total % of Work by Position 6.7% $988.96 13.3% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = 4 - man Survey Crew: crew days at I day $1.200.00 Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 26 7% $1,753.60 $1,477.12 26.7% 26.7% 7 $960.00 $6,379.68 I $26.58 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: BCC Engineering, Inc. $2,540.28 Subconsultant Biscayne Engineering Subconsultant: E Sciences $1,122.88 Subconsultant: Graboski Subconsultant: Local Office of Landscape Architecture $10,057.20 2 - SUBTOTAL ESTIMATED FEE: $32,221.43 Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Lisa Hammer 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) $5,000.00 GRAND TOTAL ESTIMATED FEE: $18,501.07 $ 699.94 $32,921.37 $37,921.37 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION I STAFF CLASSIFICATION Job ClassificationI S.Traffic Engineer S. Transport. Engineer Engineer Engineer in Training € CADD Technician Position 6 Staff! Luis Rodriguez Lorin Brissett Junior Henry Amarilis Chao i Gerardo Dragoni name Applicable Rate; Rate: $65.10 I Rate: $55.16 I Rate: $39.52 Work ActivityMan ;Cost/ Activit i Mao Cost/ Activity! Man i Cost/ Activity hours y hours yj hours 1 FINAL PRESENTATIONS TO CITY FOR MASTER PLI Consultant Name: BCC Engineering Contract No.: enter consultants prof. number Date: 11/14/2017 Estimator: insert name i i Rate:I $37.68 i Rate: $24.52 Rate: Rate:; Man !Cost/ Activity! Man Cost/ ActivityMan Cost/ Activit l Man !Cost/ Activit } Activit Activity i i i 2 Presentation to Planning and Zoning Position 7 name Staff Hours j Salary Average By Cost By Rate Per Task 3 Presentation to Appeal Boards 4 Presentation to Miami City Commision 5 Preparation of digital deliverables to the City $391 6 $331 2 $79 $75 16 $876 6 Preparation of hardcopies deliverables to the City 7 $54.75 8 10 11 12 113 14 15 `16 17 118 19 20 21 22 23 24 25 26 `27 Total Staff Hours 6 6 2 Total Staff Cost Total % of Work by Position 37.5% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at $390.60 . ........_ ..............._._.. Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. 37.5 $330.96 City of Miami, C.I.P. Form 117: Revised 9/15108 12.5% $79.04 12.5% 7 $75.36 16 t 5875.96 ' $54 75 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services Project No.: B- Description: FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION [ STAFF CLASSIFICATION Job Classification] Environm. Specialist Staff! Justin Freedman Applicable Rate] Rate: $48.40 Work Activity I Man ;Cost/ Activity: hours 1 FINAL PRESENTATIONS TO CITY FOR MASTER PL1 2 Presentation to Planning and Zoning I 3 Presentation to Appeal Boards 2 $97 Senior Engineer Nadia Locke Rate: $52.25 Man hours Cost/ Activity; Consultant Name: E Sciences- Engineering Enviromental Ecological Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: insert name Senior Scientist Staff Scientist Admin Position 6 Position 7 j Staff Hours Brian Voelker Jen Savaro ] Admin name name Rate: $35.76 Rate: $24.12 I Rate: $28.86 Rate: !Rate: ! By Man ] Man 1 1 Man i I Man i Man Cost/ Activity Cost/ Activity; (Cost/ Activity; Cost/ Activity! !Cost/ Activity.i Activity hours hours hours j hours I hours : . Salary Cost By Activity Average Rate Per Task 97 $48.40 4 Presentation to Miami City Commision 2 $97 5 Preparation of digital deliverables to the City l 2 $97 2 2 i 6 Preparation of hardcopies deliverables to the City i 2 $97 7 2 $97 $97 $97 9 110 111 12 113 114 15 116 117 $48.40 $48.40 $48.40 18 119 120 21 22 23 24 125 j26 27 Total Staff Hours 8 Total Staff Cost Total % of Work by Position 100.0% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at ............. _ .................... . Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. $387.20 /day = /day = City of Miami, C.I.P. Form 117: Revised 9/15/08 7 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: F— $387.20 $48.40 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Services_Full Scope Project No.: B- Description: FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION Consultant Name: Local Office Landscape and Urban Design Contract No.: enter consultants proj. number Date: 1 1 /14/2017 Estimator: insert name 1 STAFF CLASSIFICATION Job Classification' Urban Designer Principal LA Project Manager Design Staff Admfn Staff! Walter Meyer I Jennifer Bolstad Andrew LaStelta Sally Zhang Carmen Bras Applicable Rate! Rate: $69.20 i Rate: $69.17 Rate: $60.27 Rate: $38.63 Rate: $40.08 Man i Man Man Man ' j Work Activity j hours Cost/ Activity' hours Cost/ Activityt hours `Cost' Activity hours I Cost/ Activity 1 FINAL PRESENTATIONS TO CITY FOR MASTER PL4 Position 6 I Position 7 Staff Hours i Salary name name Rate: !Rate: By Cost By Man Man hours Cost/ Activity hours Rate Per Cost/ Activity, Man hours i (Cost/ Activity Activity Activity Task , s 2 Presentation to Planning and Zoning 8 $554 2 $80 10 $634 $63.38 3 Presentation to Appeal Boards 4 Presentation to Miami City Commision 8 5 Preparation of digital deliverables to the City $554 8 $482 16 $618 2 ! $80 6 Preparation of hardcopies deliverables to the City 7 8 8 $482 16 $618 10 $634 1 $63.38 24 $1,100 1 $45.84 24 t $1,100 1 $45.84 9 10 ,11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 r27 Total Staff Hours 16 16 32 4 68 Total Staff Cost Total % of Work by Position { $1,107.20 23.5% ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: _—_ crew days at / day = _ $ 4 - man Survey Crew: crew days at / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami. C.I.P. Form 117: Revised 9/15/08 $964.32 23.5% $1,236.16 ( $160.32 j 47.1% 5.9% 7 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.9) Subconsultant: Enter Name of Sub 1 Subconsultant: Sub 2 Subconsultant: Sub 3 Subconsultant: Sub 4 Subconsultant. Sub 5 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: $3,468.001 $51.00 ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Southwest Streescape and Street Tree Master Plan Service_FULL SCOPE Project No.: B- Description: FINAL PRESENTATIONS TO CITY FOR MASTER PLAN ADOPTION STAFF CLASSIFICATION Consultant Name: Lisa Hammer Contract No.: enter consultants proj. number Date: 11/14/2017 Estimator: Aida Curtis Job Classification Staff Applicable Rate Horticulturist/Arborfst Position 2 Position 3 Position 4 Lisa Hammer name I name name Rate: $60.34 Rate: Rate: Rate: Position 5 name I Rate: Position 6 name Rate: Rate: Position 7 Staff Hours Salary name Work Activity hours ;Cost/ Activity: 1 1 FINAL PRESENTATIONS TO CITY FOR MASTER PL1 2 Presentation to Planning and Zoning 13 Presentation to Appeal Boards 1 4 Presentation to Miami City Commision 5 Preparation of digital deliverables to the City Man hours iCost/ Activity hour i Cost/ActiviMan Activity Cost Activity! Man n Cost Activity! hours By Average Cost By [ Rate Per Man I Cost/Activityl hours !Cost/Activity Activity Activity Task 1 2 $121 i $60.34 2 $121 2 $121 $60.34 6 Preparation of hardcopies deliverables to the City 17 9 110 j11 12 113 114 115 16 17 ;18 119 120 21 22 123 24 125 126 127 Total Staff Hours Total Staff Cost Total % of Work by Position 1 $241.36 100.0 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at 4 - man Survey Crew: crew days at / day = / day = $ Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami, C.I.P. Form 117: Revised 9/15/08 7 1 - SUBTOTAL ESTIMATED FEE: Subconsultant: Subconsultant: Subconsultant: Subconsultant: Subconsultant: 2 - SUBTOTAL ESTIMATED FEE: Geotechnical Field and Lab Testing: Survey Fee (or Survey Crew Fee): Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: Additional Services (Allowance) Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: (multiplier 2.9) ATTACHMENT B — COMPENSATION AND PAYMENTS ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B2 - CONSULTANT INVOICE .: CITY OFMtANI CAPITAL IMPROVEMENTS & TRANSPORTATION PROGRAM CO14SULTANT STANDARD 1O((B To: ATTN: From: City of Marni Capital Improvements & Transportation Program 444 SW 2nd Avenue 8t1-1 Floor fvflorni, FL 33130 NOTE: Prepare irYoines prcpE y to avoid payment delay: Submit signed cilginals orgy. Each invoice most be signed by a Principal of the firm as designated, Attach apfxoprfatobackAipdeculhents te=_ach irnnice. Invoice Number. Invoieo Date: Month 00.0000 Page: invoice Period: -From: n lanh 00, 0000 Contract No.:. Contract Tide: Project No: Project Name: Purchase order No.: Work Order No: ERVIC5 I CONTRACT AMOUNT (4 COMPLETE To7A}_ERRNED TO DATE REVIOUSLY INVOICED To: ........................................ Month 00, 0000 CURRENT INVOICE AMOUNT Setlermalic iA.aign (SD) Design Development(DO)_. 30% Coreitrucl on Documents (30% CD1 .... _. 60a4t GUKtstroobon Documents (60% COL 99% Construct/On Documents (90 % CO) 1tH7fu Cpnstructcn bccurP...erils (10Q A CD}, __,..,,. Dry Run Pemullatg __.._ Bidding Or NeRpdadm Phase Construction Adnnislralion (CA) Reimbursable Expenses _. 1. (Tine) ?_(rile) Arkblional services 1. (Fide.) ._...._.... _.... 3. (Title} $ $ S 5 OTAL: $ Prior to this Invoice Remaining Contract B a la nce: i 5 $ Subtotal: $ Deductions: Toles( Due : $ TO Bf; COMPLETED BY CONSULTANT FIRM RT FIED TRUE AND CORRECT BY: CITY OF MIAMI APPROVAL: SUPPORTING Dp0UAIERTS CHECKLIST AGMellnn Letler of rnasu 0alr V Innrlcect. reri1Yulltly 00Ce111,I1I0 01t ilw01ce' Galsliectlon £Im{45 der tL Final Payrnont Docnoicnls, seduces 3t1Mcu hulncriLallanc,- DO NOT COMPLETE, TO BE COMPLETED BY CITY OP MIAMI '.P(20,ECT (vtANACE;R EAtd LEADER ICISEF OFpE$ICN 11-iector Badia DATC- SIGNATURE. ',ASSISTANT DIRECTOR 1Jeovanny Rodrigl.ez, P.E. ;DIRECTOR. Dale Received CrFP: Date Received for Payment Ptocessltg (Budget Department): Finance Validatlorr Southwest (SW) Streetscape and Street Tree Master Plan Services Rev. 11/20/2017 51