Loading...
HomeMy WebLinkAboutBack-Up Documents - ProposalsSection 1 Proposal Cover Letter (Form RFP-PCL) RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper City of Miami, Department of Procurement Proposal Cover Letter - RFP-PCL RFP No.: RFP Title: Proposer: Name: Address: FEIN #: 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Dock and Marine Construction Corp. Glen Larson 752 N.E. 79th Street, Miami, Florida 33138 Florida Corporation No.: 61-1704697 P00000073136 Proposer's Contact Person: Title: President Glen Larson Telephone: 305-751-9911 E-Mail: glarsonc dockandmarine.net Certification of Compliance with Minimum Qualification Reciuirement(s) 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: Title: Signature: Date: Glen Larson President 12/4/18 RFP-PCL Revised 10/25/18 Section 2 Proposal Narrative (Form RFP-PN) RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper City of Miami, Department of Procurement Proposal Narrative Form - RFP-PN RFP No.: RFP Title: Proposer: 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Dock and Marine Construction In the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4.1(A)(3) of the RFP. Dock & Marine Construction, Inc. (Dock & Marine) is pleased to submit this proposal detailing our team's qualifications to provide comprehensive marine engineering and construction services to the City of Miami (City) for RFP No. 18-19-005 - Design -Build Services for Dinner Key Marina Repairs and Restoration Project. The construction timeline is a critical element of this project and our team is exceptionally qualified to ensure that the project is designed and constructed to meet or exceed the City's aggressive project schedule. Dock & Marine has assembled an accomplished team to implement the full scope of services presented in the RFP consisting of the following firms: Dock and Marine Construction; Edgewater Resources, LLC; Donna Milo, Inc.; Livewire, Inc.; Brian Riekers, Independent Contractor. Dock and Marine is a 3rd generation family owned and operated business that was established in the early 1950's and is based in the City of Miami. We have unmatched knowledge of marine construction and work experience within the delicate environment of the Biscayne Bay Aquatic Preserve. Dock and Marine is committed to servicing the marine community using the best practices and procedures available. We have structured our business to utilize the methods and procedures set forth by the environmental agencies and improvised on ways to improve those methods ensuring 100% success. Dock and Marine is a Marine Contractor with a General Contractors License and will serve as the Prime Firm for this project. In the 1990's the Miami International Boat Show moved the Strictly Sail Show to Watson Island. This was a turning point in the methods of construction. The requirements were becoming strict and we saw a need to begin a transition from standard deep draft barges and tugs, to lightweight barges, cranes, and shallower draft tugs to meet the requirements of shallow draft environmental construction. In the years preceding, we became known by most of the City and County marina operators, as well as our competitors, as the ones that can get in and out of the tight spots. We are routinely called in after hurricanes to lift boats off shallow shoreline areas. We have also been involved in derelict vessel recovery from the inland waterways. In more recent years Dock and Marine has become involved in more difficult jobs, including seagrass restoration in shallow areas of the Biscayne Bay Aquatic Preserve. We were the lead contractor for the setup of the 2010 Bioblitz (National Geographic event), rebuilt the Oceanside boardwalk, and reconstructed the University dock all on Elliot key in Biscayne National Park. RFP-PN Revised 10/25/18 Section 3 Qualifications of the Proposer (Form RFP-QP) RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper City of Miami, Department of Procurement Qualifications of Proposer - RFP-QP Instructions This form is to be completed and submitted in accordance with the requirements of the RFP to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-19-005 RFP Title: Design -Build Service for the Dinner Key Marina Name of Proposer: Dock and Marine Construction Corp. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Marine construction Type of Firm: Corporation LLC ® Partnership 0 Sole Proprietor0 Joint Venture12 Other Certified Small or Minority Owned Business: Yes I No DI Issued by (name): Type of Ownership Certification(s): Corporation Is this the Proposer's Office its main office? Yes El No 0 If No, please provide your main office location: Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes 0 No If "Yes," indicate location of offices: Number of years in business under current name: 50 . If the Proposer has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): It Type and number of projects completed in the past 5 years: Design/Bid/Build: 4 Design/Build: 2 CM -at -Risk: N/A En Private Sector: 350 Federal Government: 6 State/County/Municipal: 20 City of Miami: 7 Name of Projects: Residential/Residential High -Rise: Office: Mixed -Use: Retail: LEED/Green Globe Certified: Other (specify): Miscellaneous Marine Projects RFP-QP Revised 10/25/18 Section 4 Experience of the Proposer (Form RFP-EP) RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper Proposer's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirenient(s) under Section 3.5(A) of the RFP. El Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: 2018 Miami International Boat Show/Miami Florida Name(s) and Role(s) of Proposer Working on this Reference Project: Glenn Larson/General Contractor Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Delivery, Assembly, Maintenance of 800 unit floating docks, Pilings, Water, Electrical, Fire Suppression Compensation for Services: $ $2,0M Project Start Date: 12/2017 Project Completion Date: 3 /2018 Project Construction Cost: $ $6.8M Construction Start Date: Construction Completion Date: 12/2017 3/2018 Proposer's Company Name: Dock & Marine Construction Company's Contact Name: Glenn Larson Company's Contact Phone Number: 305-751-9911 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : FJ Yes ❑ No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: ❑✓ Above Expectations* n Average [] Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑✓ Yes ❑ No Did the Proposer provide Construction Management Services? Ri Yes ❑ No Was the Proposer responsive to the Project Owner.? ❑✓ Yes ❑ No Was the Proposer timely in its reviews and submittals? ❑ Yes ❑ No Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule Reference Title/Position: President, Asgard Consultling, Inc. Reference Contact Signature: (/% d-, Reference Phone Number: 7864124014 Facsimile Number: na E-mail: crickjoule@nmma.org ❑ N/A ❑ N/A ❑ N/A N/A RFP-EP Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2018 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 Proposer's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference providec below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirements) under Section 3.5(A) of the RFP. �( Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: 2017 Miami International Boat Show/Miami Florida Name(s) and Roie(s) of Proposer Working on this Reference Project: Glenn Larson/General Contractor Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Delivery, Assembly, Maintenance of 800 unit floating docks, Pilings, Water, Electrical, Fire Suppression Compensation for Services: $ $1.9M Project Start Date: 12/2016 Project Completion Date: 3/2017 Project Construction Cost: $ $5.7M Construction Start Date: Construction Completion Date: 12/2016 3/2017 Proposer's Company Name: Dock & Marine Construction Company's Contact Name: Glenn Larson Company's Contact Phone Number: 305-751-9911 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : RI Yes n No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? I I Yes ❑ No Quality of Services Provided: ❑ Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑v' Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? Yes ❑ No ❑ N/A Was the Proposer responsive to the Project Owner? Q Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? ❑ Yes ❑ No FA N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule Reference Title/Position: president, Asgard Consuitling, Inc. Reference Contact Signature: Ca.iy(k ti ' 14.)G Reference Phone Number: 786-412-4014 Facsimile Number: na E-mail: cricicjoule@nmma.org RFP-EP Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2017 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Depaitiuent of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 ( City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects withir the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "'Project " The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE.RESP • ittSE BEING.RE;IEC:TED:AS:.NUN-RESRONS5IYE.. ( )r•• CABI Y 0 :I • I ► . • - • 1. • - .. . 1 This project reference complies with the Experience Rectuireertent(s) under Section 3.5(A) of the RFP. (I Yes ❑ No ❑ Not Applicable TI► •:u:. • 11 • - -• Reference Project Name/Address: 2016 Miami International Boat Show/Miami Florida Name(s) and Role(s) of Proposer Working on this Reference Project: Glenn Larson/General Contractor Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Delivery, Assembly, Maintenance of 800 unit floating docks, Pilings, Water, Electrical, Fire Suppression Compensation for Services: $ $1.5M Project Start Date: 12 /2015 Project Completion Date: 3/2016 Project Construction Cost: $ $4.5M Construction Start Date: Construction Completion Date: 12/2015 3/2016 Proposer's Company Name: Dock & Marine Construction Proposer's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 Company's Contact Name: Glenn Larson Company's Contact Phone Number: 305-751-9911 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : [9 Yes n No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consultling, Inc. Reference Phone Number: 786-412-4014 Facsimile Number: n Yes Yes 0 Yes ❑ Yes ❑ No ❑ No ❑ No ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A N/A Reference Contact Name: Cathy Rick -Joule Reference Contact Signature: l r-1 V c .- na E-mail: crick-joule@nmma.org RFP-EP Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2016 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 Section 5 Qualifications of the Lead Engineer/Design Manager (Form RFP-QLE) RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper `tic r Is :an o via x City of Miami, Department of Procurement Qualifications of Lead Engineer/Design Manager - RFP-QLE Instructions This form is to be completed and submitted in accordance with the requirements of the RFP to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-09-005 RFP Title: Design -Build Services for Dinner Key Marina Name of Lead Engineer/Design Manager: Ronald E. Schults, PE Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Marina Design, Improvements & Upgrades Type of Firm: Corporation ❑ LLC 0 Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other ❑ Certified Small or Minority Owned Business: Yes ❑ No Q Issued by (name): Type of Ownership Certification(s): Is this the Lead Engineer/Design Manager's main office? Yes El No ❑ If No, please provide your main office location: Will the Lead Engineer/Design Manager rely on any other branch or subsidiary office to perform the work? Yes 13 No If "Yes," indicate location of offices: Number of years in business under current name: 9 . If the Lead Engineer/Design Manager has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design/Bid/Build: 30 Design/Build: 10 CM -at -Risk: 0 N/A ❑ Private Sector: 20 Federal Government: 5 City of Miami: 0 Name of Projects: State/County/Municipal: 15 Residential/Residential High -Rise: 1 Office: 5 Mixed -Use: 5 Retail: 5 LEED/Green Globe Certified: 2 Other (specify): RFP-QLE Revised 10/25/18 Section 6 Experience of the Lead Engineer/Design Manager (Form RFP-QLE) RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past eight (8) years and where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(B) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Engineer) Reference Project Name/Address: 31 st Street Harbor/Chicago Park District / Chicago, IL Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Ronald E. Schults, PE Reference Project Description: Marina and Waterfront Park Redevelopment Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $700,000 Project Construction Cost: $ $103M Project Start Date: / 2011 Project Completion Date: / 2013 Construction Start Date: Construction Completion Date: / 2011 Lead Engineer's Company Name: Edgewater Resources, LLC Lead Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2013 Company's Contact Name: Ronald E. Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgwaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ®.Yes ❑ No Project Duration: NA If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: T Above Expectations* ❑ Average ❑ Below Expectations (°) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? JYes ❑ No Did the Lead Engineer provide Construction Management Services? Yes ❑ No Was the Lead Engineer responsive to the Project Owner? J Yes ❑ No Was the Lead Engineer timely in its reviews and submittals? El Yes ❑ No Reference Company Name: Chicago Park District Reference Title/Position: Director of Construction Reference Phone Number: 312-446-4143 ❑ N/A ❑ N/A El N/A ❑ N/A Reference Contact Name: Rob Rejman Reference Contact Signature: Facsimile Number: E-mail: rob.rejman@ascentpgm.com RFP-ELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 31st Street Harbor Marina & Waterfront Park Development Ron Schults was the Lead Engineer/ Principle -in -Charge for the Chicago Parks District 31st Street Harbor Project. Mr. Schults led the Edgewater Resources team during design, engineering, and construction administration phases of this $103 million project, building a 1,015 slip marina and waterfront park near downtown Chicago. The project included the creation of a 1.5-acre waterfront park integrated into a 2,200 foot long stone revetment in Lake Michigan. The project opened in May of 2012 and created significant waterfront and traffic calming/pedestrian circulation improvements to the area, including the elimination of all four conflicts between the Lakefront Trail and vehicular traffic. Renovation of the existing concrete revetment shoreline protection system into a softer and greener edge created a more welcoming waterfront promenade interfacing between the new green roof covered parking facility and the water's edge. Construction of a new regional playground, picnic areas, and reconfigured regional bike paths integrated the project into the community, and ensured that all members of the community benefitted from the project. The project received the ISS Fabien Cousteau Blue Award, recognizing the achievement of the highest standards of harbor sustainability, as well as LEED Gold Certification; the President's Award, American Society of Landscape Architects, Illinois Chapter; AIA Chicago SustainABILITY Leadership Merit Award; and First Place, Engineering News Record Midwest "Best Projects" 2012. RFP-ELE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-EILIE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past eight (8) years and where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(B) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirements) under Section 3.5(B) of the RFP. ® Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Engineer) Reference Project Name/Address: Port of Rochester Marina Redevelopment Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Ronald E. Schults, PE Reference Project Description: Port Waterfront and Marina Redevelopment Scope of Services Provided: Design/Construction Administration Compensation for Services: $ $1.9M Project Construction Cost: $ $9M Lead Engineer's Company Name: Edgewater Resource Lead Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Project Start Date: /2010 Project Completion Date: / 2016 Construction Start Date: Construction Completion Date: / / 2016 Company's Contact Name: Ronald E. Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgwaterresources.com , LLC REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : 0] Yes ❑ No Project Duration: NA oophvYt '40144.1 If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? ElYes ❑. No Quality of Services Provided: k] Above Expectations* ❑ Average ❑ Below Expectations (1"Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? 1 Yes ❑ No Did the Lead Engineer provide Construction Management Services? W] Yes ❑ No Was the Lead Engineer responsive to the Project Owner? [1 Yes ❑ No Was the Lead Engineer timely in its reviews and submittals? 18] Yes ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Reference Company Name: City of Rochester , Reference Contact Name: DorraiL `� Kirkmire Reference Title/Position: Senior City Planner Reference Contact Signature: IU� Et41;4:. Reference Phone Number: 585-428-6698 Facsimile Number: na E-mail: dorraine.kirkmire@cityofrochester.gov RFP-ELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Port of Rochester Waterfront & Marina Redevelopment Ron Schults was the Lead Engineer/ Principle -in -Charge for the Port of Rochester Waterfront Redevelopment Project. Mr. Schults led the Edgewater engineering design team to convert a former impervious asphalt parking lot and loading area into an active waterfront public park including an accessible promenade and 180 slip marina. Opening in 2016, the marina serves both seasonal and transient boaters on the shores of the Genesee River. Further, the project served as a catalyst for the redevelopment of underutilized land into retail, commercial, and residential purposes designed to integrate into the historic Charlotte neighborhood. Additionally, the project provided the final Zink in the seven mile public pedestrian promenade connecting downtown Rochester to Lake Ontario and spurred reinvestment into the former Port Terminal building. In addition to marine structural and site/civil engineering services, Edgewater Resources also completed an economic feasibility analysis and market study, cash flow projections, and developed recommended for operational strategies. RFP-ELE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past eight (8) years and where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(B) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Engineer) Reference Project Name/Address: Caroline Bay Marina Redevelopment / Bermuda Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Ronald E. Schults, PE Reference Project Description: Luxury Marina Design and Redevelopment Scope of Services Provided: Design, Construction Administration Compensation for Services: $ $319,000 Project Start Date: /2015 Project Completion Date: /2017 Project Construction Cost: $ $7M Construction Start Date: Construction Completion Date: / 2015 / 2017 Lead Engineer's Company Name: Edgewater Resources, LLC Company's Contact Name: Ronald E. Schults, PE Lead Engineer's Title/Position: Principal Company's Contact Phone Number: 269-962-4502 Company's Contact Facsimile Number: 269-932-3542 Company's Contact E-mail: rschults@edgwaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : n Yes ❑ No Project Duration: If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: n Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? n Yes Did the Lead Engineer provide Construction Management Services? Yes Was the Lead Engineer responsive to the Project Owner? Yes Was the Lead Engineer timely in its reviews and submittals? Reference Company Name: Caroline Bay, Ltd. Reference Title/Position: General Manager Reference Phone Number: 441-234-4900 Facsimile Number: ❑ Yes El No I IN/A ❑ No N/A No I I N/A No I I N/A Reference Contact Name: Alison Soares Reference Contact Signature: na E-mail: asoares@carolinebay.com RFP-ELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Caroline Bay Bermuda Redevelopment Ron Schults was the Lead Engineer/ Principle -in -Charge for the Caroline Bay Luxury Marina facility. Mr. Schults' role was integral in leading the Edgewater Resources team to provide an initial marina market feasibility study, design, engineering and project management for this world class project. The Caroline Bay Luxury Marina and Yacht Club, accommodates vessels 30 - 300 feet in length. The Project began in 2014 and opened in Spring 2017 in time for the America's Cup Regatta. Located on the west end of Bermuda Island, Caroline Bay is a one -of -a -kind destination escape. With travel, tourism and the megayacht industry growing at a tremendous rate, the Morgan's Point waterfront area in the Bay was ready for re -birth. Edgewater Resources was brought "on -board" to provide a market feasibility study, design, engineering and project management for this luxury marina and yacht club. Edgewater's preliminary feasibility study included high-level market research to observe the performance of marinas in the Caribbean, South Florida and New England. Results of this study were combined with a preliminary engineering study of existing site conditions. Edgewater's evaluated the 500 foot pier, piles, seawalls, and marina and shoreline conditions during the initial site inspection. Wave attenuation requirements to protect both small vessels and megayachts were addressed and included in the final plan. Edgewater's final design included a marina that accommodates vessels ranging from 30 to 300 feet in length, with amenities including shore power, WIFI, fire protection, access gangways, fueling facilities, pump -out services, and ADA compliant docks that can also accommodate golf carts. The project was opened in the Spring of 2017 in time for the America's cup Regatta. This marina redevelopment is part of a larger, five-star waterfront development initiative that includes a 85- room Ritz Carlton Reserve boutique hotel, and 147 condo and single family home sites that is currently being constructed in the Bay. RFP-ELE Revised 11/21/18 Caroline Bay Project Reference: Alison Soares General Manager Caroline Bay Ltd. 441-234-4900 asoares(aicarolinebay.com This client provided verbal agreement for all Caroline Bay Bermuda project references. Currently pending hard copy signature receipt. 09Edgewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008. Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 3 I years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built 10 marinas with over 1500 slips in the Midwest over a 1 9-year period. Domestic Marina Projects: • Chicago Park District Marinas at Navy Pier and 3 I st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: • Shanghai Municipality Yachting Master Plan, China • Sharm El Sheikh Marina, Egypt • Lestari Island Resort, Pulau Kapal Besar Islands, Indonesia • Dun Laoghaire Marina, Dublin, Ireland • Port Dickson Marina, Port Dickson, Malaysia • The Malacca Club, Malacca, Malaysia • Penang Swimming & Tennis Club, Penang, Malaysia Port Klang Golf Resort, Port Klang, Malaysia Langkawi Island Resort, Kuala Lumpur, Malaysia Mofaz Marina, Port Klang, Malaysia Linggi Riverine Resort Marina, Port Dickson, Malaysia Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Additional Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Planning • Design • Development Section 7 Qualifications of Key Personnel - Form RFP-EPM for the Project Manger - Form RFP-ECM for the Construction Manager - Form RFP-ESE for the Structural Engineer - Form RFP-EFPE for the Fire Protection Engineer - Form RFP-EPLE for the Plumbing Engineer - Form RFP-EELE for the Electrical Engineer - Form RFP-ESI for the Special Inspector - Form RFP-EQC for the Quality Assurance/Quality Control Manager Form RFP-EUC for the Utility Coordination Manager Form RFP-EHSM for the Health and Safety Manager RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper t �r,``�. City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following informat;on for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the 'Project " The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C of the RFP Please provide at least three (3) projects FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NONRESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirerrtent(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: 2018 Miami International Boat Show/ Miami, Florida Name(s) and Role(s) of Project Manager Working on this Reference Project: Glen Larson/General Contractor Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided:Delivery, Assembly, Maintenance of 800 unit floating docks, Pilings, Water, Electrical,Fire Suppression Compensation for Services: $ $2.0M Project Start Date:12/2017 Project Completion Date: 3/2018 Project Construction Cost: $ $6.8M Construction Start Date: Construction Completion Date: 12/2017 3/2018 Project Manager's Company Name: Dock and Marine Construction Company's Contact Name: Glen Larson Project Manager's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 Company's Contact Phone Number: 305-751-9911 Company's Contact E-mail: 9Iarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes ❑ No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: V Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? V Yes ❑ No n N/A Did the Project Manager provide Construction Management Services? V Yes ❑ No ❑ N/A Was the Project Manager responsive to the Project Owner? V Yes ❑ No ❑ N/A Was the Project Manager timely in its reviews and submittals? V Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Assocation Reference Contact Name: Cathy Rick -Joule Reference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature: Catk( d A.,, Reference Phone Number: 786-412-4014 Facsimile Number: na E-mail: crick@joule@nmma,org RFP-EPM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2018 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EP Revised 11/21/18 t1{tt rr1, 1111• .t. 1 f' K City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3 5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE, REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirernent(s) under Section 3.5(C) of the RFP. nJ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: 2017 Miami International Boat Show/Miami, Florida Name(s) and Role(s) of Project Manager Working on this Reference Project: Glen Larson/General Contractor Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided:Delivery, Assembly, Maintenance of 800 unit floating docks, Pilings, Water, Electrical,Fire Suppression Compensation for Services: $ $1.9M Project Construction Cost: $ $5.7M Project Start Date:12/2016 Project Completion Date: 3/2017 Construction Start Date: Construction Completion Date: 12/2016 3/2017 Project Manager's Company Name: Dock and Marine Construction Project Manager's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 Company's Contact Name: Glen Larson Company's Contact Phone Number: 305-751-9911 Company's Contact Email; 9larson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : V Yes ❑ No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: ® Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? ® Yes U No J ( N/A ❑ No Did the Project Manager provide Construction Management Services? V Yes 0 No ❑ N/A Was the Project Manager responsive to the Project Owner? 7 Yes ❑ No ❑ N/A Was the Project Manager timely in its reviews and submittals? P1 Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Assocation Reference Contact Name: Cathy ick-Joule Reference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature: ete Reference Phone Number: 786-412-4014 Facsimile Number: na E-mail: crick@joule@nmma.org RFP-EPM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2017 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EP Revised 11/21/18 `4.1C •I1111 11111, • R City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project " The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirements) under Section 3.5(C) of the RFP. ❑J Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: 2016 Miami International Boat Show/ Miami, Florida Name(s) and Role(s) of Project Manager Working on this Reference Project: Glen Larson/General Contractor Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided:Delivery, Assembly, Maintenance of 800 unit floating docks, Pilings, Water, Electrical,Fire Suppression Compensation for Services: $ $1.5M Project Start Date:12/2015 Project Construction Cost: $ $4.5M Construction Start Date: 12/2015 3/2016 Project Completion Date: 3/2016 Construction Completion Date: Project Manager's Company Name: Dock and Marine Construction Company's Contact Name: Bien Larson Project Manager's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 Company's Contact Phone Number: 305-751-gs11 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : V Yes n No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ® Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? V Yes ❑ No ❑ N/A Did the Project Manager provide Construction Management Services? V Yes ❑ No 0 N/A Was the Project Manager responsive to the Project Owner? 1 Yes [❑ No ❑ N/A Was the Project Manager timely in its reviews and submittals? ® Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Assocation Reference Contact Name: Cathy Rick Joule Reference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature: 144 ti 9 Af Reference Phone Number: 786-412-4014 Facsimile Number: na E-mail: crick@joule@nmma.org RFP-EPM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2016 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EP Revised 11/21/18 Glen Larson — President Dock and Marine Construction Objective Complete difficult construction projects, in a timely manner. Implement environmental strategies for marine construction. Implement safety techniques with new marine construction methods Skills Summary • Environmental Permitting • Oceanography • Engineering • Equipment modification and repairs • Turbidity controls • Field operations • Construction science • Licensed Crane Operator Professional Marine Construction Experience • Miami International Boat show: In -water contractor for the installation of 3 miles of floating dock to includes 800 individual dock units. Install 575 greenheart pilings; install fire system and power and full water service. Manage electrical contractors, tent contractors, freight delivery, exhibit setup, water taxi setup and operation. • Tampa Boat show: installation of the annual boat show in Tampa Hillsborough river basin, under strict time constraints. • FPL Venetian Crossing: Provided marine services and equipment rentals, troubleshooting, environmental services, clean-up, marine support, industrial diving, excavation and pile driving. • Derelict Vessel removal contract: removal of derelict vessels for the City of Miami, Miami Dade County, State of Florida, Florida Fish and Wildlife and the City of Miami Beach. • Sarasota Mooring field Phase 1 and Phase 2: Provided Design -Build mooring field for the City of Sarasota, after previous installation failed due to difficult soil conditions. Dock and Marine Proposed a method to deal with soils similar to those found in Biscayne bay, and had 100 percent success • Coral Reef Yacht Club: Replaced entire Marina for the Coral Reef Yacht club consisting of removal of entire concrete marina and piling, and installing a new concrete marina, piling, electrical, plumbing and fire, while keeping 50% of the marina in full operation. • Miami Beach Marina: replaced over 500 mooring piling and performed various emergency repairs • Sunset Harbor Yacht Club: Provided marine construction services and consulting — Replacement of E Dock. • Oakland California Boat show: oversight of the installation and operation of the Oakland boat show after 2 contractors failed to complete the project in 2 previous show setups. • Adidas Art Basel: Provided turnkey permitting, environmental planning, all phases of construction for a large in -water concert and art display at the Miami marine stadium, under strict time constraints. • Red bull Flugtag event (3 year event): Dock and Marine was the only south Florida Marine contractor with proper insurance and experience modules to build a team meeting the strict city, USCG and Red Bull requirements. • Seagrass Planting: Provided hands-on, on -site means and methods to install seagrass sediment tubes and fill in prop scours for the city of Key Biscayne, National Parks service, City of Miami, and Miami Dade County. Dock and Marine Construction 752 N.E. 79th Street ♦ Miami, FL 33138 ♦ (305)751-9911 • City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past five i5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements ihsted in Section 3 5(C) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED_AS_NON-RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3,5(C) of the RFP. ® Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: 2018 Miami International Boat Show Name(s) and Role(s) of Construction Manager Working on this Reference Project: Edward Riviera, Construction Manager Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Delivery, Assembly, Maintenance 0 800 unit floating dock, Pilings, Water, Electrical Compensation for Services: $ $2,0 Project Start Date:12/ 2017 Project Completion Date: 3 /2018 Project Construction Cost: $ $6.8M Construction Start Date: 12 / 2017 Construction Completion Date: 3 / 2018 Construction Manager's Company Name,.: and Marine Construction ompany's Contact Name: Glen Larson uockConstruction Manager's Title/Position: Construction Manager Company's Contact Phone Number: 305-751-9911 Company's Contact Facsimile Number: 305-751-4825 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: F71 Yes ❑ No Project Duration: If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes [ No Quality of Services Provided: ® Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? V Yes ❑ No ❑ N/A Did the Construction Manager provide Construction Management Services? ® Yes ❑ No ❑ N/A Was the Construction Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the Construction Manager timely in its reviews and submittals? ® Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule C Reference Contact Signature: ,-, 1.4 c.1- 4 Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: Facsimile Number: na E-mail: crick-joule@nmma.org RFP-ECM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 2018 Miami International Boat Show As Construction Manager for Dock and Marine Construction, Mr. Riviera provided complete construction oversight for show set up, assembly and break down. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Depaitinent of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-ECM Revised 11/21/18 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past five 15) years, wherethe Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project " The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) cf the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requireinent(s) under Section 3.5(C) of the RFP. ® Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: 2017 Miami International Boat Show Name(s) and Role(s) of Construction Manager Working on this Reference Project: Edward Riviera, Construction Manager Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Delivery, Assembly, Maintenance 0 800 unit floating dock, Pilings, Water, Electrical Compensation for Services: $ $1.9M Project Start Date:12/ 2016 Project Completion Date: 3 /2017 Project Construction Cost: $ $5.7 Construction Start Date: Construction Completion Date: 12 / 2016 3 / 2017 Construction Manager's Company Namet9ock and Marine Construction Company's Contact Name: Glen Larson Construction Manager's Title/Position: Construction Manager Company's Contact Facsimile Number: 305-751-4825 Company's Contact Phone Number: 305-751-9911 Com pany's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: ® Yes ❑ No Project Duration: If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: ® Above Expectations* ❑ Average ❑ Below Expectations (1 "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? VI Yes ❑ No ❑ N/A Did the Construction Manager provide Construction Management Services? i 1 Yes ❑ No ❑ N/A Was the Construction Manager responsive to the Project Owner? Yes ❑ No ❑ N/A Was the Construction Manager timely in its reviews and submittals? VI Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule etAtReference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature:iL-t [ ea Reference Telephone Number: Facsimile Number: na E-mail: crick-joule@nmma.org RFP-ECM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 2017 Miami International Boat Show As Construction Manager for Dock and Marine Construction, Mr. Riviera provided complete construction oversight for show set up, assembly and break down. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Depa'ttnent of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-ECM Revised 11/21/18 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project " The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3 5(C) of the RFP Please provide at least three (3) projects FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Rbquirernent(s) under Section 3.5(C) of the RFP. ® Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: 2016 Miami International Boat Show/Miami, Florida Name(s) and Role(s) of Construction Manager Working on this Reference Project: Edward Riviera, Construction Manager Reference Project Description: Annual Marine Contractor for set-up/tear down of international Boat Show Scope of Services Provided: Delivery, Assembly, Maintenance 0 800 unit floating dock, Pilings, Water, Electrical Compensation for Services: $ $1,5M Project Start Date: 12/2015 Project Completion Date: 3 /2016 Project Construction Cost: $ $4.5M Construction Start Date: Construction Completion Date: 12 / 2015 3 / 2016 Construction Manager's Company NamPtiock and Marine Construction Company's Contact Name: Caen Larson Construction Manager's Title/Position: Construction Manager Company's Contact Phone Number: 305-751-9911 Company's Contact Facsimile Number: 305-751-4825 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: Yes n No Project Duration: If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: I A Above Expectations* n Average n Below Expectations ("`) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? V Yes ❑ No ❑ N/A Did the Construction Manager provide Construction Management Services? V Yes ❑ No D N/A Was the Construction Manager responsive to the Project Owner? V Yes ❑ No ❑ N/A Was the Construction Manager timely in its reviews and submittals? V Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: Facsimile Number: na E-mail: crick-joule@nmma.org Reference Contact Name: Cathy Rick -Joule Reference Contact Signature: C I✓��octlQ RFP-ECM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 2016 Miami International Boat Show As Construction Manager for Dock and Marine Construction, Mr. Riviera provided complete construction oversight for show set up, assembly and break down. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-ECM Revised 11/21/18 nEdgewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008. Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 31 years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built I 0 marinas with over 1500 slips in the Midwest over a 1 9-year period. Mr. Schults was also co-owner / secretary -treasurer of Morren Dock Company, which manufactured custom fiberglass fixed and floating docks from 1985 to 1995. Domestic Marina Projects: • Chicago Park District Marina at Navy Pier and 3 I st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: Shanghai Municipality Yachting Master Plan, China Sharm El Sheikh Marina, Egypt Lestari Island Resort, Pulau Kapal Besar Islands, Indonesia • Dun Laoghaire Marina, Dublin, Ireland • Port Dickson Marina, Port Dickson, Malaysia • The Malacca Club, Malacca, Malaysia • Penang Swimming & Tennis Club, Penang, Malaysia • Port Klang Golf Resort, Port Klang, Malaysia • Langkawi Island Resort, Kuala Lumpur, Malaysia • Mofaz Marina, Port Klang, Malaysia • Linggi Riverine Resort Marina, Port Dickson, Malaysia • Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Crescent Sail Yacht Club (Detroit area) • Republic of Singapore Yacht Club (Singapore) • Changhi Sail Club (Singapore) • Manila Yacht Club (Philippines) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Planning • Design • Development City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the `Project.' The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND_SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS_ NONRESPONSIVE. REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑✓ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: 31st Street Harbor/Chicago Park District / Chicago, IL Name(s) and Role(s) of Structural Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina and Waterfront Park Redevelopment Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $700,000 Project Start Date: / 2011 Project Completion Date: / 2013 Project Construction Cost: $ $103M Construction Start Date: Construction Completion Date: / 2011 Structural Engineer's Company Name: Edgewater Resources, LLC Structural Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2013 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ®,Yes ❑ No Project Duration: If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: [ Above Expectations* n Average ❑ Below Expectations (°) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? E Yes ❑ No ❑ Limited Scope Did the Structural Engineer provide Construction Management Services? jYes ❑ No ❑ Limited Scope Was the Structural Engineer responsive to the Project Owner? EiYes ❑ No Was the Structural Engineer timely in its reviews and submittals? Yes ❑ No ❑ N/A Reference Company Name: Chicago Park District Reference Contact Name: Rob Rejman Reference Title/Position: Director of Construction Reference Contact Signature: -- T — -", Reference Telephone Number: 312-446-4143 Facsimile Number: na E-mail: rob.rejman@ascentpgm.com RFP-ESE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 31st Street Harbor Marina & Waterfront Park Development Ron Schults was the Lead Structural Engineer for the Chicago Parks District 31st Street Harbor Project. Mr. Schults led the Edgewater Resources team during design and engineering of this $103 million project, building a 1,015 slip marina and waterfront park near downtown Chicago. This project included reinforcing the existing bulkhead with new steel sheet piling, construction of outer rubble mound breakwater and inner floating dock structures. A unique vehicular parking solution was implemented by building the structure underground and creating an active greenspace park above. The project included the creation of a 1.5-acre waterfront park integrated into a 2,200 foot long stone revetment in Lake Michigan. The project opened in May of 2012 and created significant waterfront and traffic calming/pedestrian circulation improvements to the area, including the elimination of all four conflicts between the Lakefront Trail and vehicular traffic. Renovation of the existing concrete revetment shoreline protection system into a softer and greener edge created a more welcoming waterfront promenade interfacing between the new green roof covered parking facility and the water's edge. Construction of a new regional playground, picnic areas, and reconfigured regional bike paths integrated the project into the community, and ensured that all members of the community benefitted from the project. The project received the ISS Fabien Cousteau Blue Award, recognizing the achievement of the highest standards of harbor sustainability, as well as LEED Gold Certification; the President's Award, American Society of Landscape Architects, Illinois Chapter; AIA Chicago SustainABILITY Leadership Merit Award; and First Place, Engineering News Record Midwest "Best Projects" 2012. RFP-ESE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. 0 Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: Port of Rochester Waterfront & Marina Redevelopment Name(s) and Role(s) of Structural Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina Design and Engineering Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $1.9M Project Start Date: / 2010 Project Completion Date: / 2016 Project Construction Cost: $ $gM Construction Start Date: / 2010 Structural Engineer's Company Name: Edgewater Resources, LLC Structural Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Construction Completion Date: / 2016 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : 74Yes ❑ No Project Duration: If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ti Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Protect Management Services? Yes Did the Structural Engineer provide Construction Management Services? Yes Was the Structural Engineer responsive to the Project Owner? ►! Yes Was the Structural Engineer timely in its reviews and submittals? XYes Reference Company Name: City of Rochester Reference Contact Name: Reference Tltle/Position: Senior City Planner Reference Telephone Number: 585-428-6698 Facsimile Number: na E-mail: dorraine.kirkmire©cityofrochester.gov [] No ❑ Limited Scope ❑ No ❑ Limited Scope ❑ No ❑ No ❑ N/A Domain rrkmire Reference Contact Signature: RFP-ESE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Port of Rochester Waterfront & Marina Redevelopment Ron Schults was the Lead Structural Engineer for the Port of Rochester Waterfront Redevelopment Project. Mr. Schults led the Edgewater engineering design team to convert a former impervious asphalt parking lot and loading area into an active waterfront public park including an accessible promenade and 180 slip marina. Innovative solutions were exercised to repair existing water front structures, establish the marina basin with anchored steel sheet piling, install wave mitigation structures reinforced for winter ice loads, and identify the most suitable basin entrance location to access the marina that is equipped with floating docks. Ron Schults was the Lead Engineer/ Principle -in -Charge for the Port of Rochester Waterfront Redevelopment Project. Mr. Schults led the Edgewater engineering design team to convert a former impervious asphalt parking lot and loading area into an active waterfront public park including an accessible promenade and 180 slip marina. Opening in 2016, the marina serves both seasonal and transient boaters on the shores of the Genesee River. Further, the project served as a catalyst for the redevelopment of underutilized land into retail, commercial, and residential purposes designed to integrate into the historic Charlotte neighborhood. Additionally, the project provided the final link in the seven mile public pedestrian promenade connecting downtown Rochester to Lake Ontario and spurred reinvestment into the former Port Terminal building. In addition to marine structural and site/civil engineering services, Edgewater Resources also completed an economic feasibility analysis and market study, cash flow projections, and developed recommended for operational strategies. RFP-ESE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑ Yes ❑ No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: Caroline Bay Bermuda Redevelopment / Bermuda Name(s) and Role(s) of Structural Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Luxury Yacht Marina Design Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $319,000 Project Start Date: / 2014 Project Completion Date: / 2017 Project Construction Cost: $ $7M Construction Start Date: / 2014 Structural Engineer's Company Name: Edgewater Resources, LLC Structural Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Construction Completion Date: / 2017 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ❑ Yes II No Project Duration: If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ❑ Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? I I Yes ❑ No ❑ Limited Scope Did the Structural Engineer provide Construction Management Services? I I Yes ❑ No Limited Scope Was the Structural Engineer responsive to the Project Owner? I I Yes ❑ No Was the Structural Engineer timely in its reviews and submittals? ❑ Yes No n N/A Reference Company Name: Caroline Bay Ltd. Reference Title/Position: General Manager Reference Contact Name: Alison Soares Reference Contact Signature: Reference Telephone Number: 441-234-490o Facsimile Number: na E-mail: asoares@carolinebay.com RFP-ESE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Caroline Bay Bermuda Redevelopment Ron Schults was the Lead Structural Engineer for the Caroline Bay Luxury Marina facility. Mr. Schults' role was integral in leading the Edgewater Resources team to provide an initial marina market feasibility study, design, engineering and project management for this world class project. The floating dock marina is equipped with an outer concrete wave attenuator and inner harbor composite floating docks to provide a cost effecting engineering solution for the project. The Caroline Bay Luxury Marina and Yacht Club, accommodates vessels 30 - 300 feet in length. The Project began in 2014 and opened in Spring 2017 in time for the America's Cup Regatta. Located on the west end of Bermuda Island, Caroline Bay is a one -of -a -kind destination escape. With travel, tourism and the megayacht industry growing at a tremendous rate, the Morgan's Point waterfront area in the Bay was ready for re -birth. Edgewater Resources was brought "on -board" to provide a market feasibility study, design, engineering and project management for this luxury marina and yacht club. Edgewater's preliminary feasibility study included high-level market research to observe the performance of marinas in the Caribbean, South Florida and New England. Results of this study were combined with a preliminary engineering study of existing site conditions. Edgewater's evaluated the 500 foot pier, piles, seawalls, and marina and shoreline conditions during the initial site inspection. Wave attenuation requirements to protect both small vessels and megayachts were addressed and included in the final plan. Edgewater's final design included a marina that accommodates vessels ranging from 30 to 300 feet in length, with amenities including shore power, WIFI, fire protection, access gangways, fueling facilities, pump -out services, and ADA compliant docks that can also accommodate golf carts. The project was opened in the Spring of 2017 in time for the America's cup Regatta. This marina redevelopment is part of a larger, five-star waterfront development initiative that includes a 85- room Ritz Carlton Reserve boutique hotel, and 147 condo and single family home sites that is currently being constructed in the Bay. RFP-ESE Revised 11/21/18 Caroline Bay Project Reference: Alison Soares General Manager Caroline Bay Ltd. 441-234-4900 asoares@carolinebay.com This client provided verbal agreement for all Caroline Bay Bermuda project references. Currently pending hard copy signature receipt. ;i1Edgewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008. Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 3 I years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built 10 marinas with over 1500 slips in the Midwest over a 19-year period. Domestic Marina Projects: • Chicago Park District Marinas at Navy Pier and 3 I st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: Shanghai Municipality Yachting Master Plan, China Sharm El Sheikh Marina, Egypt Lestari Island Resort, Pulau Kapal Besar Islands, Indonesia • Dun Laoghaire Marina, Dublin, Ireland • Port Dickson Marina, Port Dickson, Malaysia • The Malacca Club, Malacca, Malaysia • Penang Swimming & Tennis Club, Penang, Malaysia • Port Klang Golf Resort, Port Klang, Malaysia • Langkawi Island Resort, Kuala Lumpur, Malaysia • Mofaz Marina, Port Klang, Malaysia • Linggi Riverine Resort Marina, Port Dickson, Malaysia • Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Additional Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Planning • Design • Development City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requlrement(s) under Section 3.5(C) of the RFP. [Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer) Reference Project Name/Address: 31st Street Chicago Harbor /Chicago Park District/Chicago IL Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Ron Schults, PE Reference Project Description: Marina and Watefront Park Development Scope of Services Provided: Design/Construction Administration Compensation for Services: $ $700,000 Project Start Date: Project Construction Cost: $ $1 03M Fire Protection Engineer's Company Name:Edgewater Fire Protection Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2011 Construction Start Date: / 2011 Resources, LLC Project Completion Date: / 2013 Construction Completion Date: / 2013 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: [Yes ❑ No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: 'Above Expectations* ❑ Average ❑ Below Expectations (°) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Fire Protection Engineer provide Project Management Services? J Yes ❑ No ❑ N/A Did the Fire Protection Engineer provide Construction Management Services? R Yes ❑ No ❑ N/A Was the Fire Protection Engineer responsive to the Project Owner? E Yes ❑ No ❑ N/A Was the Fire Protection Engineer timely in its reviews and submittals? E Yes ❑ No ❑ N/A Reference Company Name: Chicago Park District Reference Title/Position: Director of Construction Reference Contact Name: Rob Reiman Reference Contact Signature: Reference Telephone Number: 312-446-4143 Facsimile Number: na E mall: rob.rejman@ascentpgm.com RFP-EFPE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE I NFORMATION). 31st Street Harbor Marina & Waterfront Park Development As the Engineer of Record, Mr. Schults also served as the Fire Protection Engineer, signing and sealing the fire protection engineering design drawings. The project included the creation of a 1.5-acre waterfront park integrated into a 2,200 foot long stone revetment in Lake Michigan. The project opened in May of 2012 and created significant waterfront and traffic calming/pedestrian circulation improvements to the area, including the elimination of all four conflicts between the Lakefront Trail and vehicular traffic. Renovation of the existing concrete revetment shoreline protection system into a softer and greener edge created a more welcoming waterfront promenade interfacing between the new green roof covered parking facility and the water's edge. Construction of a new regional playground, picnic areas, and reconfigured regional bike paths integrated the project into the community, and ensured that all members of the community benefitted from the project. The project received the ISS Fabien Cousteau Blue Award, recognizing the achievement of the highest standards of harbor sustainability, as well as LEED Gold Certification; the President's Award, American Society of Landscape Architects, Illinois Chapter; AIA Chicago SustainABILITY Leadership Merit Award; and First Place, Engineering News Record Midwest "Best Projects" 2012. RFP-EFPE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. [Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer) Reference Project Name/Address: Port of Rochester Waterfront & Marina Redevelopment Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Ron Schults, PE Reference Project Description: Marina Design and Engineering Scope of Services Provided: Design/Construction Administration Compensation for Services: $ $1.9M Project Construction Cost: $ $gM Project Start Date: / 2010 Project Completion Date: / 2016 Construction Start Date: Construction Completion Date: / 2010 Fire Protection Engineer's Company Name: Edgewater Resources, LLC Fire Protection Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2016 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: f Yes ❑ No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: Above Expectations* ❑ Average ['Below Expectations (*) "Above Expectations" means th a were fewer errors and omissions than anticipated, Did the Fire Protection Engineer provide Project Management Services? ❑ Yes No Did the Fire Protection Engineer provide Construction Management Services? ❑ Yes No Was the Fire Protection Engineer responsive to the Project Owner? 'i Yes ❑ No Was the Fire. Protection Engineer timely in its reviews and submittals? gtYes ❑ No Reference Company Name: City of Rochester Reference Contact Name:. Dorrain Reference Title/Position: Senior City Planner Reference Contact Signature: Reference Telephone Number: 585-295-6698 Facsimile Number: na ❑ N/A ❑ N/A ❑ N/A ❑ N/A kmire ❑ No E-mail: dorraine.kirkmire@cityofrochester.gov RFP-EFPE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Port of Rochester Waterfront & Marina Redevelopment As the Engineer of Record, Mr. Schults also served as the Fire Protection Engineer, signing and sealing the fire protection engineering design drawings. Opening in 2016, the marina serves both seasonal and transient boaters on the shores of the Genesee River. Further, the project served as a catalyst for the redevelopment of underutilized land into retail, commercial, and residential purposes designed to integrate into the historic Charlotte neighborhood. Additionally, the project provided the final Zink in the seven mile public pedestrian promenade connecting downtown Rochester to Lake Ontario and spurred reinvestment into the former Port Terminal building. In addition to marine structural and site/civil engineering services, Edgewater Resources also completed an economic feasibility analysis and market study, cash flow projections, and developed recommended for operational strategies. RFP-EFPE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. R'Yes n No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer) Reference Project Name/Address: Caroline Bay Marina Bermuda / Bermuda Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Ron Schults, PE Reference Project Description: Luxury Yacht Marina Design Scope of Services Provided: Design/Construction Administration Compensation for Services: $ $319,000 Project Start Date: / 2014 Project Completion Date: / 2017 Project Construction Cost: $ $7M Construction Start Date: Construction Completion Date: / 2014 / 2017 Fire Protection Engineer's Company Name: Edgewater Resources, LLc Company's Contact Name: Ronald Schults, PE Fire Protection Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschultstedgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: n Yes No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: n Above Expectations* I I Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Fire Protection Engineer provide Project Management Services? n Yes Did the Fire Protection Engineer provide Construction Management Services? Yes Was the Fire Protection Engineer responsive to the Project Owner? I I Yes Was the Fire Protection Engineer timely in its reviews and submittals? Reference Company Name: Caroline Bay Ltd. Reference Title/Position: General Manager Reference Telephone Number: 44t-234-490o Facsimile Number: na n Yes No ❑ No n No ❑ No I ❑ N/A II N/A N/A N/A Reference Contact Name: Alison Soares Reference Contact Signature: E-mail: asoares@carolinebay.com RFP-EFPE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Caroline Bay Bermuda Redevelopment As the Engineer of Record, Mr. Schults also served as the Fire Protection Engineer, signing and sealing the fire protection engineering design drawings. The Caroline Bay Luxury Marina and Yacht Club, accommodates vessels 30 - 300 feet in length. The Project began in 2014 and opened in Spring 2017 in time for the America's Cup Regatta. Located on the west end of Bermuda Island, Caroline Bay is a one -of -a -kind destination escape. With travel, tourism and the megayacht industry growing at a tremendous rate, the Morgan's Point waterfront area in the Bay was ready for re -birth. Edgewater Resources was brought "on -board" to provide a market feasibility study, design, engineering and project management for this luxury marina and yacht club. Edgewater's preliminary feasibility study included high-level market research to observe the performance of marinas in the Caribbean, South Florida and New England. Results of this study were combined with a preliminary engineering study of existing site conditions. Edgewater's evaluated the 500 foot pier, piles, seawalls, and marina and shoreline conditions during the initial site inspection. Wave attenuation requirements to protect both small vessels and megayachts were addressed and included in the final plan. Edgewater's final design included a marina that accommodates vessels ranging from 30 to 300 feet in length, with amenities including shore power, WIFI, fire protection, access gangways, fueling facilities, pump -out services, and ADA compliant docks that can also accommodate golf carts. The project was opened in the Spring of 2017 in time for the America's cup Regatta. This marina redevelopment is part of a larger, five-star waterfront development initiative that includes a 85- room Ritz Carlton Reserve boutique hotel, and 147 condo and single family home sites that is currently being constructed in the Bay. RFP-EFPE Revised 11/21/18 Caroline Bay Project Reference: Alison Soares General Manager Caroline Bay Ltd. 441-234-4900 asoaresAcarolinebay.com This client provided verbal agreement for all Caroline Bay Bermuda project references. Currently pending hard copy signature receipt. Mrt Edgewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008. Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 3 I years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built I 0 marinas with over 1500 slips in the Midwest over a 1 9-year period. Domestic Marina Projects: • Chicago Park District Marinas at Navy Pier and 3I st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: Shanghai Municipality Yachting Master Plan, China Sharm El Sheikh Marina, Egypt Lestari Island Resort, Pulau Kapal Besar Islands, Indonesia • Dun Laoghaire Marina, Dublin, Ireland • Port Dickson Marina, Port Dickson, Malaysia • The Malacca Club, Malacca, Malaysia • Penang Swimming & Tennis Club, Penang, Malaysia • Port Klang Golf Resort, Port Klang, Malaysia • Langkawi Island Resort, Kuala Lumpur, Malaysia • Mofaz Marina, Port Klang, Malaysia • Linggi Riverine Resort Marina, Port Dickson, Malaysia • Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Additional Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Planning • Design • Development City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form - RFP-EPLE INSTRUCTIONS Plumbing Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE, REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. [� Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address: 31st Street Harbor/Chicagor Park District/Chicago, IL Name(s) and Role(s) of Plumbing Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina and Waterfront Park Redevelopment Scope of Services Provided: Design/ Construction Administration Compensation for Services: $ $700,000 Project Construction Cost: $ $1 03M Project Start Date: / 2011 Construction Start Date: / 2011 Plumbing Engineer's Company Name: Edgwater Resources, LLC Plumbing Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Project Completion Date: / 2013 Construction Completion Date: / 2013 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within BudgetRYes ❑ No Project Duration: If "No," was the Plumbing Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: ELAbove Expectations' ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? Did the Plumbing Engineer provide Construction Management Services? Was the Plumbing Engineer responsive to the Project Owner? Was the Plumbing Engineer timely in its reviews and submittals? Reference Company Name: Chicago Park Disctrict Reference Title/Position: Director of Construction Reference Telephone Number: 312-446-4143 [Yes ❑ No Yes ❑ No Yes ❑ No Yes ❑ No Reference Contact Name: Rob Reiman Reference Contact Signature:-- 4 Facsimile Number: na E-mail: rob.rejman@ascentpgm.com ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A RFP-EPLE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 31st Street Harbor Marina & Waterfront Park Development As the Engineer of Record, Mr. Schults also served as the Plumbing Engineer, signing and sealing the plumbing engineering design drawings. The project included the creation of a 1.5-acre waterfront park integrated into a 2,200 foot long stone revetment in Lake Michigan. The project opened in May of 2012 and created significant waterfront and traffic calming/pedestrian circulation improvements to the area, including the elimination of all four conflicts between the Lakefront Trail and vehicular traffic. Renovation of the existing concrete revetment shoreline protection system into a softer and greener edge created a more welcoming waterfront promenade interfacing between the new green roof covered parking facility and the water's edge. Construction of a new regional playground, picnic areas, and reconfigured regional bike paths integrated the project into the community, and ensured that all members of the community benefitted from the project. The project received the ISS Fabien Cousteau Blue Award, recognizing the achievement of the highest standards of harbor sustainability, as well as LEED Gold Certification; the President's Award, American Society of Landscape Architects, Illinois Chapter; AIA Chicago SustainABILITY Leadership Merit Award; and First Place, Engineering News Record Midwest "Best Projects" 2012. RFP-EPLE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form RFP-EPLE INSTRUCTIONS Plumbing Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide al least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address: Port of Rochester Waterfront & Marina Redevelopment Name(s) and Role(s) of Plumbing Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina Design & Engineering Scope of Services Provided: Design/ Construction Administration Compensation for Services: $ $1.9M Project Construction Cost: $ $9M Project Start Date: / 2010 Project Completion Date: / 2016 Construction Start Date: Construction Completion Date: / 2010 / 2016 Plumbing Engineer's Company Name: EdgwaterResources, LLC Plumbing Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults©edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project owner) Project Completed on Time and within Budget: El Yes ❑ No Project Duration: If "No," was the Plumbing Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: Q] Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? 1z4 Yes ❑ No Did the Plumbing Engineer provide Construction Management Services? Yes ❑ No Was the Plumbing Engineer responsive to the Project Owner? ►;I Yes ❑ No Was the Plumbing Engineer timely in its reviews and submittals? ® Yes ❑ No Reference Company Name: City of Rochester Reference Title/Position: senior Senior City Planner Reference Telephone Number: 585-295-6651 Facsimile Number: na ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Reference Contact Name: Dorr. i, Kirkmire Reference Contact Signature: E-mail: dorraine.kirkmire®cityofrochester.gov RFP-EPLE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Port of Rochester Waterfront & Marina Redevelopment As the Engineer of Record, Mr. Schults also served as the Plumbing Engineer, signing and sealing the plumbing engineering design drawings. Opening in 2016, the marina serves both seasonal and transient boaters on the shores of the Genesee River. Further, the project served as a catalyst for the redevelopment of underutilized land into retail, commercial, and residential purposes designed to integrate into the historic Charlotte neighborhood. Additionally, the project provided the final link in the seven mile public pedestrian promenade connecting downtown Rochester to Lake Ontario and spurred reinvestment into the former Port Terminal building. In addition to marine structural and site/civil engineering services, Edgewater Resources also completed an economic feasibility analysis and market study, cash flow projections, and developed recommended for operational strategies. RFP-EPLE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form - RFP-EPLE INSTRUCTIONS Plumbing Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. V Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address: Caroline Bay Bermuda Redevelopment Name(s) and Role(s) of Plumbing Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Luxury Yacht Marina Design Scope of Services Provided: Design/ Construction Administration Compensation for Services: $ $319,000 Project Start Date: / 2014 Project Completion Date: / 2017 Project Construction Cost: $ $7M Construction Start Date: Construction Completion Date: / 2017 / 2014 Plumbing Engineer's Company Name: Edgwater Resources, LLC Company's Contact Name: Ronald Schults, PE Plumbing Engineer's Title/Position: Principal Company's Contact Phone Number: 269-962-4502 Company's Contact Facsimile Number: 269-932-3542 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: n Yes I 1 No Project Duration: If "No," was the Plumbing Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: n Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? Yes Did the Plumbing Engineer provide Construction Management Services? Was the Plumbing Engineer responsive to the Project Owner? Was the Plumbing Engineer timely in its reviews and submittals? Reference Company Name: Caroline Bay Ltd. Reference Title/Position: General Manager Reference Telephone Number: 441-234-4900 Facsimile Number: na Yes Yes Yes ❑ No n N/A ❑ No N/A ❑ No U N/A No I I N/A Reference Contact Name: Alison Soares Reference Contact Signature: E-mail: asoares@carolinebay.com RFP-EPLE Revised 11 /21 /18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Caroline Bay Bermuda Redevelopment As the Engineer of Record, Mr. Schults also served as the Plumbing Engineer, signing and sealing the plumbing engineering design drawings. The Caroline Bay Luxury Marina and Yacht Club, accommodates vessels 30 - 300 feet in length. The Project began in 2014 and opened in Spring 2017 in time for the America's Cup Regatta. Located on the west end of Bermuda Island, Caroline Bay is a one -of -a -kind destination escape. With travel, tourism and the megayacht industry growing at a tremendous rate, the Morgan's Point waterfront area in the Bay was ready for re -birth. Edgewater Resources was brought "on -board" to provide a market feasibility study, design, engineering and project management for this luxury marina and yacht club. Edgewater's preliminary feasibility study included high-level market research to observe the performance of marinas in the Caribbean, South Florida and New England. Results of this study were combined with a preliminary engineering study of existing site conditions. Edgewater's evaluated the 500 foot pier, piles, seawalls, and marina and shoreline conditions during the initial site inspection. Wave attenuation requirements to protect both small vessels and megayachts were addressed and included in the final plan. Edgewater's final design included a marina that accommodates vessels ranging from 30 to 300 feet in length, with amenities including shore power, WIFI, fire protection, access gangways, fueling facilities, pump -out services, and ADA compliant docks that can also accommodate golf carts. The project was opened in the Spring of 2017 in time for the America's cup Regatta. This marina redevelopment is part of a larger, five-star waterfront development initiative that includes a 85- room Ritz Carlton Reserve boutique hotel, and 147 condo and single family home sites that is currently being constructed in the Bay. RFP-EPLE Revised 11/21/18 MEdgewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008. Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 3 I years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built 10 marinas with over 1500 slips in the Midwest over a 19-year period. Domestic Marina Projects: • Chicago Park District Marinas at Navy Pier and 31 st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: • Shanghai Municipality Yachting Master Plan, China Sharm El Sheikh Marina, Egypt Lestari island Resort, Pulau Kapal Besar Islands, Indonesia Dun Laoghaire Marina, Dublin, Ireland Port Dickson Marina, Port Dickson, Malaysia • The Malacca Club, Malacca, Malaysia • Penang Swimming & Tennis Club, Penang, Malaysia • Port Kiang Golf Resort, Port Klang, Malaysia • Langkawi Island Resort, Kuala Lumpur, Malaysia • Mofaz Marina, Port Kiang, Malaysia • Linggi Riverine Resort Marina, Port Dickson, Malaysia • Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Additional Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Planning • Design • Development City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Q Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: 31 st Street Harbor/Chicago Park District/Chicago IL Name(s) and Role(s) of Electrical Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina and Waterfront Park Redevelopment Scope of Services Provided: Design / Construction Administration Compensation for Services: $700,000 Project Construction Cost: $ $103M Project Start Date: / 2011 Project Completion Date: / 2013 Construction Start Date: / 2011 Construction Completion Date: / 2013 Electrical Engineer's Company Name: Edgewater Resources, LLC Company's Contact Name: Ronald Schults, PE Electrical Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : J3 Yes ❑ No Project Duration: If "No," was the Electrical Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: ® Above Expectations* n Average ❑ Below Expectations (°) "Above Expectations" means there were fewer errors and omissions than antidpated. ❑ No Did the Electrical Engineer provide Project Management Services? Ei'Yes ❑ No ❑ N/A Did the Electrical Engineer provide Construction Management Services? Yes ❑ No ❑ N/A Was the Electrical Engineer responsive to the Project Owner? Yes ❑ No ❑ N/A Was the Electrical Engineer timely in its reviews and submittals? gQ Yes ❑ No ❑ N/A Reference Company Name: Chicago Park District Reference Title/Position: Director of Construction Reference Telephone Number: 441-234-4900 Reference Contact Name: Rob Reiman Reference Contact Signature: -- -- Facsimile Number: na E-mail: rob.rejman@ascentpgm.com RFP-EELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 31st Street Harbor As the Engineer of Record, Mr. Schults also served as the Electrical Engineer, signing and sealing the electrical engineering design drawings. The project included the creation of a 1.5-acre waterfront park integrated into a 2,200 foot long stone revetment in Lake Michigan. The project opened in May of 2012 and created significant waterfront and traffic calming/pedestrian circulation improvements to the area, including the elimination of all four conflicts between the Lakefront Trail and vehicular traffic. Renovation of the existing concrete revetment shoreline protection system into a softer and greener edge created a more welcoming waterfront promenade interfacing between the new green roof covered parking facility and the water's edge. Construction of a new regional playground, picnic areas, and reconfigured regional bike paths integrated the project into the community, and ensured that all members of the community benefitted from the project. The project received the ISS Fabien Cousteau Blue Award, recognizing the achievement of the highest standards of harbor sustainability, as well as LEED Gold Certification; the President's Award, American Society of Landscape Architects, Illinois Chapter; AIA Chicago SustainABILITY Leadership Merit Award; and First Place, Engineering News Record Midwest "Best Projects" 2012. RFP-EELE Revised 11/21/18 City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Ej Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: Port of Rochester Waterfront & Marina Redevelopment Name(s) and Role(s) of Electrical Engineer Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina Design & Engineering Electrical Scope of Services Provided: Design / Construction Administration Compensation for Services: $1.9M Project Start Date: / 2010 Project Completion Date: / 2016 Project Construction Cost: $ $9M Construction Start Date: Construction Completion Date: / 2010 / 2016 Electrical Engineer's Company Name: Edgewater Resources, LLC Company's Contact Name: Ronald Schults, PE Electrical Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : yiYes ❑ No Project Duration: Nit If "No/' was the Electrical Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ Quality of Services Provided: IKAbove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Electrical Engineer provide Project Management Services? Yes ❑ No ❑ N/A Did the Electrical Engineer provide Construction Management Services? ki Yes ❑ No ❑ N/A Was the Electrical Engineer responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the Electrical Engineer timely in its reviews and submittals? El Yes ❑ No ❑ N/A Reference Company Name: city of Rochester Reference Contact Name: Dorrai Reference Title/Position: Senior City Planner Reference Contact Signature: Reference Telephone Number: 585-428-6698 Facsimile Number: na No E-mail: dorraine.kirkmire@cityofrochester.gov RFP-EELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Rochester As the Engineer of Record, Mr. Schults also served as the Electrical Engineer, signing and sealing the electrical engineering design drawings. Opening in 2016, the marina serves both seasonal and transient boaters on the shores of the Genesee River. Further, the project served as a catalyst for the redevelopment of underutilized land into retail, commercial, and residential purposes designed to integrate into the historic Charlotte neighborhood. Additionally, the project provided the final Zink in the seven mile public pedestrian promenade connecting downtown Rochester to Lake Ontario and spurred reinvestment into the former Port Terminal building. In addition to marine structural and site/civil engineering services, Edgewater Resources also completed an economic feasibility analysis and market study, cash flow projections, and developed recommended for operational strategies. RFP-EELE Revised 11/21/18 ' . ' ,r it n C CUR `O City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Special Inspector shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes n No n Not Applicable 7 REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Caroline Bay Bermuda Marina Redevelopment / Bermuda Name(s) and Role(s) of Special Inspector Working on this Reference Project: Ronald Schults, PE Reference Project Description: Luxury Yacht Marina Design Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $319,000 Project Construction Cost: $ $7M Project Start Date: /2014 Project Completion Date: / 2017 Construction Start Date: Construction Completion Date: / 2014 Special Inspector's Company Name: Edgewater Resources, LLC Special Inspector's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2017 Company's Contact Name:Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : n Yes n No Project Duration: If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? Quality of Services Provided: n Above Expectations* n Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? ❑ Yes Did the Special Inspector provide Construction Management Services? ❑ Yes Was the Special Inspector responsive to the Project Owner? ❑ Yes Was the Special Inspector timely in its reviews and submittals? ❑ Yes Reference Company Name: Caroline Bay Ltd. Reference Title/Position: General Manager Reference Telephone Number: 441-234-4900 Facsimile Number: na Reference Contact Name: Yes ❑ No No n N/A No ❑ N/A No ❑ N/A No ❑ N/A Alison Soares Reference Contact Signature: E-mail: asoares@carolinebay.com RFP-ESI Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Caroline Bay As the Engineer of Record, Mr. Schults also served as the Electrical Engineer, signing and sealing the electrical engineering design drawings. The Caroline Bay Luxury Marina and Yacht Club, accommodates vessels 30 - 300 feet in length. The Project began in 2014 and opened in Spring 2017 in time for the America's Cup Regatta. Located on the west end of Bermuda Island, Caroline Bay is a one -of -a -kind destination escape. With travel, tourism and the megayacht industry growing at a tremendous rate, the Morgan's Point waterfront area in the Bay was ready for re -birth. Edgewater Resources was brought "on -board" to provide a market feasibility study, design, engineering and project management for this luxury marina and yacht club. Edgewater's preliminary feasibility study included high-level market research to observe the performance of marinas in the Caribbean, South Florida and New England. Results of this study were combined with a preliminary engineering study of existing site conditions. Edgewater's evaluated the 500 foot pier, piles, seawalls, and marina and shoreline conditions during the initial site inspection. Wave attenuation requirements to protect both small vessels and megayachts were addressed and included in the final plan. Edgewater's final design included a marina that accommodates vessels ranging from 30 to 300 feet in length, with amenities including shore power, WIFI, fire protection, access gangways, fueling facilities, pump -out services, and ADA compliant docks that can also accommodate golf carts. The project was opened in the Spring of 2017 in time for the America's cup Regatta. This marina redevelopment is part of a larger, five-star waterfront development initiative that includes a 85- room Ritz Carlton Reserve boutique hotel, and 147 condo and single family home sites that is currently being constructed in the Bay. RFP-EELE Revised 11/21/18 Caroline Bay Project Reference: Alison Soares General Manager Caroline Bay Ltd. 441-234-4900 asoares@carolinebay.com This client provided verbal agreement for all Caroline Bay Bermuda project references. Currently pending hard copy signature receipt. Edgewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008, Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 31 years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built 10 marinas with over 1500 slips in the Midwest over a 1 9-year period. Domestic Marina Projects: • Chicago Park District Marinas at Navy Pier and 31 st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: Shanghai Municipality Yachting Master Plan, China Sharm El Sheikh Marina, Egypt Lestari Island Resort, Pulau Kapal Besar Islands, Indonesia Dun Laoghaire Marina, Dublin, Ireland • Port Dickson Marina, Port Dickson, Malaysia • The Malacca Club, Malacca, Malaysia • Penang Swimming & Tennis Club, Penang, Malaysia • Port Klang Golf Resort, Port Klang, Malaysia • Langkawi Island Resort, Kuala Lumpur, Malaysia • Mofaz Marina, Port Klang, Malaysia • Linggi Riverine Resort Marina, Port Dickson, Malaysia • Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Additional Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Nanning • Design • Development City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Special Inspector shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: 31st Street Harbor / Chicago Park District / Chicago, IL Name(s) and Rofe(s) of Special Inspector Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina and Waterfront Park Redevelopment Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $700,000 Project Start Date: / 2011 Project Completion Date: / 2013 Project Construction Cost: $ $103M Construction Start Date: Construction Completion Date: / 2011 / 2013 Special inspector's Company Name: Edgewater Resources, LLC Company's Contact Name: Ronald Schults, PE Special Inspector's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : g Yes ❑ No Project Duration: If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: V5Above Expectations* ❑ Average f Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. ❑ No Did the Special Inspector provide Project Management Services? v -z Yes ❑ No ❑ N/A Did the Special Inspector provide Construction Management Services? LYes ❑ No ❑ N/A Was the Special inspector responsive to the Project Owner? E'es ❑ No ❑ N/A Was the Special Inspector timely in its reviews and submittals? 3Yes ❑ No ❑ N/A Reference Company Name: Chicago Park District Reference Title/Position: Director of Construction Reference Contact Signature: -- Reference Contact Name: Rob Rejman Reference Telephone Number: 441-296-8318 Facsimile Number: na E-mail: rob.rejman@ascentpgm.com RFP-ESI Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 31st Street Harbor Marina & Waterfront Park Development As the Engineer of Record, Mr. Schults also served as the Special Inspector, and approved all utility systems, including Fire Protection, Plumbing, and Electrical Systems for the project. The project included the creation of a 1.5-acre waterfront park integrated into a 2,200 foot long stone revetment in Lake Michigan. The project opened in May of 2012 and created significant waterfront and traffic calming/pedestrian circulation improvements to the area, including the elimination of all four conflicts between the Lakefront Trail and vehicular traffic. Renovation of the existing concrete revetment shoreline protection system into a softer and greener edge created a more welcoming waterfront promenade interfacing between the new green roof covered parking facility and the water's edge. Construction of a new regional playground, picnic areas, and reconfigured regional bike paths integrated the project into the community, and ensured that all members of the community benefitted from the project. The project received the ISS Fabien Cousteau Blue Award, recognizing the achievement of the highest standards of harbor sustainability, as well as LEED Gold Certification; the President's Award, American Society of Landscape Architects, Illinois Chapter; AIA Chicago SustainABILITY Leadership Merit Award; and First Place, Engineering News Record Midwest "Best Projects" 2012. RFP-ESI Revised 11/21/18 City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Special Inspector shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. 7 Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Port of Rochester Waterfront & Marina Redevelopment Name(s) and Role(s) of Special Inspector Working on this Reference Project: Ronald Schults, PE Reference Project Description: Marina Design and Engineering Scope of Services Provided: Design / Construction Administration Compensation for Services: $ $1.9M Project Construction Cost: $ $9M Project Start Date: /2010 Project Completion Date: / 2016 Construction Start Date: Construction Completion Date: / 2010 Special Inspector's Company Name: Edgewater Resources, LLC Special Inspector's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2016 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ❑ Yes ❑ No Project Duration: If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: ❑ Above Expectations* ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? ❑ Yes ❑ No Did the Special Inspector provide Construction Management Services? ❑ Yes ❑ No Was the Special Inspector responsive to the Project Owner? ❑ Yes ❑ No Was the Special Inspector timely in its reviews and submittals? ❑ Yes ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Reference Company Name: city of Rochester Reference Contact Name: Dorraine Kirkmire Reference Title/Position: Senior City Planner Reference Contact Signature: Reference Telephone Number: 585-428-5978 Facsimile Number: na E-mail: dorraine.krkmire@cityofrochester.com RFP-ESI Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Port of Rochester Waterfront & Marina Redevelopment As the Engineer of Record, Mr. Schults also served as the Special Inspector, and approved all utility systems, including Fire Protection, Plumbing, and Electrical Systems for the project. Opening in 2016, the marina serves both seasonal and transient boaters on the shores of the Genesee River. Further, the project served as a catalyst for the redevelopment of underutilized land into retail, commercial, and residential purposes designed to integrate into the historic Charlotte neighborhood. Additionally, the project provided the final Zink in the seven mile public pedestrian promenade connecting downtown Rochester to Lake Ontario and spurred reinvestment into the former Port Terminal building. In addition to marine structural and site/civil engineering services, Edgewater Resources also completed an economic feasibility analysis and market study, cash flow projections, and developed recommended for operational strategies. RFP-ESI Revised 11/21/18 City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: Caroline Bay Bermuda Marina Redevelopment / Bermuda Name(s) and Role(s) of Electrical Engineer Working on this Reference Project: Reference Project Description: Luxury Yacht Marina Design Scope of Services Provided: Desig n / Constructino Administration Compensation for Services: $319,000 Project Construction Cost: $ $7M Ronald Schults, PE Project Start Date: / 2014 Project Completion Date: / 2017 Construction Start Date: Construction Completion Date: / 2014 Electrical Engineer's Company Name: Edgewater Resources, LLC Electrical Engineer's Title/Position: Principal Company's Contact Facsimile Number: 269-932-3542 / 2017 Company's Contact Name: Ronald Schults, PE Company's Contact Phone Number: 269-962-4502 Company's Contact E-mail: rschults@edgewaterresources.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : Yes No Project Duration: If "No," was the Electrical Engineer at fault or did it contribute to the delay(s) or increased cost? [_] Yes Quality of Services Provided: ❑ Above Expectations* [ Average n Below Expectations ❑ No (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Electrical Engineer provide Project Management Services? ❑ Yes No 7 N/A Did the Electrical Engineer provide Construction Management Services? ❑ Yes [ I No ❑ N/A Was the Electrical Engineer responsive to the Project Owner? Yes 7 No ❑ N/A Was the Electrical Engineer timely in its reviews and submittals? Yes ❑ No ❑ N/A Reference Company Name: Caroline Bay Ltd. Reference Title/Position: General Manager Reference Contact Name: Alison Soares Reference Contact Signature: Reference Telephone Number: 441-234-4900 Facsimile Number: na E-mail: asoares@carolinebay.com RFP-EELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Caroline Bay Bermuda Redevelopment As the Engineer of Record, Mr. Schults also served as the Special Inspector, and approved all utility systems, including Fire Protection, Plumbing, and Electrical Systems for the project. The Caroline Bay Luxury Marina and Yacht Club, accommodates vessels 30 - 300 feet in length. The Project began in 2014 and opened in Spring 2017 in time for the America's Cup Regatta. Located on the west end of Bermuda Island, Caroline Bay is a one -of -a -kind destination escape. With travel, tourism and the megayacht industry growing at a tremendous rate, the Morgan's Point waterfront area in the Bay was ready for re -birth. Edgewater Resources was brought "on -board" to provide a market feasibility study, design, engineering and project management for this luxury marina and yacht club. Edgewater's preliminary feasibility study included high-level market research to observe the performance of marinas in the Caribbean, South Florida and New England. Results of this study were combined with a preliminary engineering study of existing site conditions. Edgewater's evaluated the 500 foot pier, piles, seawalls, and marina and shoreline conditions during the initial site inspection. Wave attenuation requirements to protect both small vessels and megayachts were addressed and included in the final plan. Edgewater's final design included a marina that accommodates vessels ranging from 30 to 300 feet in length, with amenities including shore power, WIFI, fire protection, access gangways, fueling facilities, pump -out services, and ADA compliant docks that can also accommodate golf carts. The project was opened in the Spring of 2017 in time for the America's cup Regatta. This marina redevelopment is part of a larger, five-star waterfront development initiative that includes a 85- room Ritz Carlton Reserve boutique hotel, and 147 condo and single family home sites that is currently being constructed in the Bay. RFP-ESI Revised 11/21/18 Caroline Bay Project Reference: Alison Soares General Manager Caroline Bay Ltd. 441-234-4900 asoares@carolinebay.com This client provided verbal agreement for all Caroline Bay Bermuda project references. Currently pending hard copy signature receipt. Edg ewater resources EDUCATION Bachelor of Science, Civil Engineering with Honors Michigan Technological University REGISTRATIONS Registered Professional Engineer State of Illinois State of Florida State of Indiana State of Michigan State of Ohio PROFESSIONAL AFFILIATIONS National/Michigan Society of Professional Engineers American Society of Civil Engineers Michigan Boating Industries Association International Marine Institute National Marine Manufacturers Association PUBLICATIONS / LECTURES "Boating This Year and Beyond" and "Marina Vision," Great Lakes Boating, April 2009 "New Chicago Marinas," Great Lakes Boating, February 2009 Speaker, States Organization for Boating Access Conference, 1996 Speaker, Asia Pacific Waterfront and Marina Development Conference, 1996 Speaker, International Council of Marina Industry Associations Conference, 1996 Speaker, International Conference & Exposition on Marina, Parks, and Recreation Developments Speaker, Marina Asia, 1993 Speaker, Marina Asia, 1992 "Transferring Wetland Properties," Realtor Review, 1992 "Rules of Thumb for Marinas," Urban Land Institute, 1989 Resume I Ronald E. Schults, P.E. Principal / Chairman Mr. Schults was the founder and former owner of Abonmarche Consultants, Inc. He served as Project Executive for Abonmarche on high -profile waterfront development projects worldwide from 1979 to 2008. Mr. Schults is co-founder and Chairman of Edgewater Resources, a specialty marina and waterfront design and development consulting firm. With over 31 years of waterfront project planning, Mr. Schults is considered one of the most notable marina experts in the world. Mr. Schults speaks on the topic at a number of national and international conferences. Mr. Schults was also co-owner and Vice President of Morren Construction and Engineering from 1986 to 2005, a marine construction company providing general construction and construction management services on numerous marina projects. Morren Construction and Engineering built 10 marinas with over 1500 slips in the Midwest over a 19-year period. Domestic Marina Projects: • Chicago Park District Marinas at Navy Pier and 3 I st Street with AECOM • City of Rochester, New York Marina Study at Port Property on Lake Ontario with Passero Associates • 82 State of Michigan Municipal Marinas • Mississippi River Marinas, Clinton, IA, Fulton and Rock Island, IL • Lorain, OH — Marina/ Residential Mixed Use Master Plan • 76 Private Marinas in Michigan • Michigan Upper Peninsula Marinas at Ontonagon, Cedar River, DeTour and White Fish Point International Marina Projects: • Shanghai Municipality Yachting Master Plan, China • Sharm El Sheikh Marina, Egypt • Lestari Island Resort, Pulau Kapal Besar Islands, Indonesia • Dun Laoghaire Marina, Dublin, Ireland Port Dickson Marina, Port Dickson, Malaysia The Malacca Club, Malacca, Malaysia Penang Swimming & Tennis Club, Penang, Malaysia Port Klang Golf Resort, Port Klang, Malaysia • Langkawi Island Resort, Kuala Lumpur, Malaysia • Mofaz Marina, Port Klang, Malaysia • Linggi Riverine Resort Marina, Port Dickson, Malaysia • Puerto Penasco Marina / Resort, Sea of Cortez, Mexico Additional Marina/Yacht Club Experience: • Chicago Yacht Club (Belmont and Monroe Stations) • Grosse Pointe Yacht Club (Detroit area) • St. Joseph River Yacht Club (St. Joseph, Michigan) • Harbor West Yacht Club (Traverse City, Michigan) • Riga Yacht Club (Latvia) Marinas and Waterfronts Worldwide Planning • Design • Development 0.046•)' f i[1111 U[Ilr Ail. I () K `Q City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project.'' Tne reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP, Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ® Yes ❑ No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: 2018 Miami International Boat Show / Miami, Florida Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Glen Larson Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: QA/QC Manager Compensation for Services: $ $2.OM Project Start Date: 12/2017 Project Completion Date: 3/2018 Project Construction Cost: $ $6.8M Construction Start Date: Construction Completion Date: 12/2017 3/2018 QA/QC Manager's Company Name: Dock & Marine Construction Company's Contact Name: Glen Larson QA/QC Manager's Title/Position: President Company's Contact Phone Number: 305-751-9911 Company's Contact Facsimile Number: 305-751-4825 Company's Contact E-mail: gtarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ❑ Yes n No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: Above Expectations* n Average J Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? ® Yes ❑ No ( f N/A Did the QA/QC Manager provide Construction Management Services? f1 Yes ❑ No ❑ N/A Was the QA/QC Manager responsive to the Project Owner? 1 Yes ❑ No ❑ N/A Was the QA/QC Manager timely in its reviews and submittals? VI Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule ��r Reference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature: L-e4* V Reference Telephone Number: 786-412-4014 Facsimile Number: na E-mail: crick-joule@nmma.org RFP-EQC Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2018 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EQC Revised 11/21/18 City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the fallowing information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be fer one (11 project, and must comply with the requirements listed in Section 3.5(CI of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: 2017 Miami International Boat Show / Miami, Florida Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Glen Larson Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: QA/QC Manager Compensation for Services: $ $1,9M Project Start Date: 12/2016 Project Construction Cost: $ $5.7M Construction Start Date: Project Completion Date: 3/2017 Construction Completion Date: 12/2016 3/2017 QA/QC Manager's Company Name: Dock & Marine Construction Company's Contact Name: Glen Larson QA/QC Manager's Title/Position: President Company's Contact Phone Number: 305-751-9911 Company's Contact Facsimile Number: 305-751-4825 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ❑ Yes ❑ No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ® Above Expectations* ❑ Average ❑ Below Expectations ('°) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? ® Yes ❑ No ❑ N/A Did the QA/QC Manager provide Construction Management Services? (1 Yes ❑ No ❑ N/A Was the QA/QC Manager responsive to the Project Owner? V1 Yes ❑ No ❑ N/A Was the QA/QC Manager timely in its reviews and submittals? ❑/ Yes 111 No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule Reference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature: Ca I11.4 (,e Reference Telephone Number: 786-412-4014 Facsimile Number: na E-mail: crack-Ioute@nmma,org RFP-EQC Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2017 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EQC Revised 11/21/18 City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the following information for completed projects within the past five (5) years. where the Proposer believes the project is of equal or greater scope, size. and complexity that best represent its ability to complete the •'Project." The reference provided below should be for one (1) project. and must comply with the requirements listed in Section 3.5iC) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ® Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: 2016 Miami International Boat Show / Miami, Florida Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Glen Larson Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: QA/QC Manager Compensation for Services: $ $1.5M Project Start Date: 12/2015 Project Construction Cost: $ $4.5M Construction Start Date: 12/2015 QA/QC Manager's Company Name: Dock & Marine Construction QA/QC Manager's Title/Position: President Company's Contact Facsimile Number: 305-751-4825 Project Completion Date: 3/2016 Construction Completion Date: 3/2016 Company's Contact Name: Glen Larson Company's Contact Phone Number: 305-751-9911 Company's Contact E-mail: glarson@dockandmarine.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : n Yes n No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? n Yes n No Quality of Services Provided: ® Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? ® Yes ❑ No ❑ N/A Did the QA/QC Manager provide Construction Management Services? V Yes ❑ No ❑ N/A Was the QA/QC Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the QA/QC Manager timely in its reviews and submittals? VI Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rick -Joule Reference Title/Position: President, Asgard Consulting, Inc_ Reference Contact Signature: C ( ch •- ti Reference Telephone Number: 786-412-4014 Facsimile Number: na E-mail: crick-joule@nmma.org RFP-EQC Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2016 Mr. Larson has provided oversight for the 60 Dock & Marine Construction employees involved in show set up and break down each year and coordinates with over 150 on site staff to facilitate assembly and break down of the various components of this event. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EQC Revised 11/21/18 Glen Larson — President Dock and Marine Construction Objective Complete difficult construction projects, in a timely manner. Implement environmental strategies for marine construction. Implement safety techniques with new marine construction methods Skills Summary • Environmental Permitting • Oceanography • Engineering • Equipment modification and repairs • Turbidity controls • Field operations • Construction science • Licensed Crane Operator Professional Marine Construction Experience • Miami International Boat show: In -water contractor for the installation of 3 miles of floating dock to includes 800 individual dock units. Install 575 greenheart pilings; install fire system and power and full water service. Manage electrical contractors, tent contractors, freight delivery, exhibit setup, water taxi setup and operation. • Tampa Boat show: installation of the annual boat show in Tampa Hillsborough river basin, under strict time constraints. • FPL Venetian Crossing: Provided marine services and equipment rentals, troubleshooting, environmental services, clean-up, marine support, industrial diving, excavation and pile driving. • Derelict Vessel removal contract: removal of derelict vessels for the City of Miami, Miami Dade County, State of Florida, Florida Fish and Wildlife and the City of Miami Beach. • Sarasota Mooring field Phase 1 and Phase 2: Provided Design -Build mooring field for the City of Sarasota, after previous installation failed due to difficult soil conditions. Dock and Marine Proposed a method to deal with soils similar to those found in Biscayne bay, and had 100 percent success • Coral Reef Yacht Club: Replaced entire Marina for the Coral Reef Yacht club consisting of removal of entire concrete marina and piling, and installing a new concrete marina, piling, electrical, plumbing and fire, while keeping 50% of the marina in full operation. • Miami Beach Marina: replaced over 500 mooring piling and performed various emergency repairs • Sunset Harbor Yacht Club: Provided marine construction services and consulting — Replacement of E Dock. • Oakland California Boat show: oversight of the installation and operation of the Oakland boat show after 2 contractors failed to complete the project in 2 previous show setups. • Adidas Art Basel: Provided turnkey permitting, environmental planning, all phases of construction for a large in -water concert and art display at the Miami marine stadium, under strict time constraints. • Red bull Flugtag event (3 year event): Dock and Marine was the only south Florida Marine contractor with proper insurance and experience modules to build a team meeting the strict city, USCG and Red Bull requirements. • Seagrass Planting: Provided hands-on, on -site means and methods to install seagrass sediment tubes and fill in prop scours for the city of Key Biscayne, National Parks service, City of Miami, and Miami Dade County. Dock and Marine Construction 752 N.E. 79th Street • Miami, FL 33138 • (305)751-9911 • City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Utility Coordination (UC) Managers shall complete the following information for completed protects within the past five (5) years, Where the Proposer believes the project is of equal or greater scope, sue, and complexity that best represent its abrrty to corrode the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5;C) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED_ASNON-RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requ,rerrrent(s) under Section 3.5(C) of the RFP. 0 Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) Reference Project Name/Address: 2018 Miami International Boat Show / Miami, Florida Name(s) and Role(s) of UC Manager Working on this Reference Project: Donna Milo Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Utility Coordination Compensation for Services: $ $145,000 Project Start Date: 12/2017 Project Completion Date: 3/2018 Project Construction Cost: $ $6.8M Construction Start Date: Construction Completion Date: 12/2017 3/2018 UC Manager's Company Name: Universal Plumbing Services, Inc. Company's Contact Name: Donna Milo UC Manager's Title/Position: Principal Company's Contact Facsimile Number: na Company's Contact Phone Number: 850-487-1395 Company's Contact E-mail: xxxxx REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes n No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: P1 Above Expectations* ❑ Average ❑ Below Expectations ('") "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? ® Yes ❑ No ❑ N/A Did the UC Manager provide Construction Management Services? ❑ Yes ® No ❑ N/A Was the UC Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the UC Manager timely in its reviews and submittals? ® Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Contact Name: Cathy Rieke Joule cr Reference Title/Position: President, Asgard Consulting, Inc. Reference Contact Signature: Cie - jou Reference Telephone Number: 786-412-4014 Facsimile Number: na E-mail: crick-joule@nmma.org RFP-EUC Revised 11/21/18 SPACE BELOW 15 TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2018 Ms. Milo has over 30 years of experience supervising and managing multi -million dollar commercial and residential construction projects as a general contractor. Her expertise includes planning build sites, working with architects, engineers, developers and bankers, negotiating contracts, overseeing subcontractors and laborers, invoicing, billing, developing and following construction schedules, monitoring progress, tracking budgets and controlling expenses. Ms. Milo has strong conceptual and planning skills. Donna Milo, Inc. is an integral component of the Dock and Marine team for utility work associated with construction and break down of the show each year. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Depai tuient of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Util,ty Coordination (UC) Managers shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent is ability to complete the ' Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3 5(C) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE_ REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Regtiirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) Reference Project Name/Address: 2017 Miami International Boat Show / Miami, Florida Name(s) and Role(s) of UC Manager Working on this Reference Project: Donna Milo Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Utility Coordination Compensation for Services: $ $145,000 Project Start Date: 12/2016 Project Construction Cost: $ $5.7M Construction Start Date: 12/2016 UC Manager's Company Name: Universal Plumbing Services, Inc. UC Manager's Title/Position: Principal Company's Contact Facsimile Number: na Project Completion Date: 3/2017 Construction Completion Date: 3/2017 Company's Contact Name: Donna Milo Company's Contact Phone Number: 850-487-1395 Company's Contact E-mail: xxxxx REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : 2 Yes ❑ No Project Duration: If "No,' was the UC Manager at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: ® Above Expectations* (1 Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? Did the UC Manager provide Construction Management Services? Was the UC Manager responsive to the Project Owner? Was the UC Manager timely in its reviews and submittals? Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: 786-412-4014 ® Yes ❑ Yes ❑/ Yes Yes ❑ No ® No ❑ No ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Reference Contact Name: Cathy Ricke Joule Reference Contact Signature: ectild K:c2- Facsimile Number: na E-mail: crickjoule@nmma.org RFP-EUC Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2017 Ms. Milo has over 30 years of experience supervising and managing multi -million dollar commercial and residential construction projects as a general contractor. Her expertise includes planning build sites, working with architects, engineers, developers and bankers, negotiating contracts, overseeing subcontractors and laborers, invoicing, billing, developing and following construction schedules, monitoring progress, tracking budgets and controlling expenses. Ms. Milo has strong conceptual and planning skills. Donna Milo, Inc. is an integral component of the Dock and Marine team for utility work associated with construction and break down of the show each year. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Util'ty Coordination (UC) Managers shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope. size, and complexity that best represent its ab,'ity to complete the ' Project ' The reference provided below should be for one (1) project. and must comply w,th the requirements listed in Section 3 5{C) of the RFP Please provide at least three (3i projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirernent(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) Reference Project Name/Address: 2016 Miami International Boat Show / Miami, Florida Name(s) and Role(s) of UC Manager Working on this Reference Project: Donna Milo Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: Utility Coordination Compensation for Services: $ $145,000 Project Start Date: 12/2015 Project Completion Date: 3/2016 Project Construction Cost: $ $4.5M Construction Start Date: Construction Completion Date: 12/2015 UC Manager's Company Name: Universal Plumbing Services, Inc. UC Manager's Title/Position: Principal Company's Contact Facsimile Number: na 3/2016 Company's Contact Name: Donna Milo Company's Contact Phone Number: 850-487-1395 Company's Contact E-mail: xxxxx REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes ❑ No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: VI Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? Did the UC Manager provide Construction Management Services? Was the UC Manager responsive to the Project Owner? Was the UC Manager timely in its reviews and submittals? Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: 786-412-4014 V Yes ❑ Yes Yes ® Yes ❑ No ® No ❑ No ❑ No ❑ No ❑ N/A ❑ NIA ❑ N/A ❑ N/A Reference Contact Name: Cathy Ricke Joule Reference Contact Signature: Crci Facsimile Number: na E-mail: crick-joule@nmma.org RFP-EUC Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2016 Ms. Milo has over 30 years of experience supervising and managing multi -million dollar commercial and residential construction projects as a general contractor. Her expertise includes planning build sites, working with architects, engineers, developers and bankers, negotiating contracts, overseeing subcontractors and laborers, invoicing, billing, developing and following construction schedules, monitoring progress, tracking budgets and controlling expenses. Ms. Milo has strong conceptual and planning skills. Donna Milo, Inc. is an integral component of the Dock and Marine team for utility work associated with construction and break down of the show each year. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 Donna Elizabeth Milo 2151 SW 23 Avenue Fort Lauderdale, FL 33312 T: 954.914.2822 E: donnamilo@donnamilo.com Over 30+ years of experience supervising and managing multi -million dollar commercial and residential construction projects as general contractor. Expertise includes planning build sites, working with architects, engineers, developers and bankers, negotiating contracts, overseeing subcontractors and laborers, invoicing, billing, developing and following construction schedules, monitoring progress, tracking budgets and controlling expenses. Strong conceptual, analytical and planning skills. Highly articulate with natural instinct for creative marketing strategies. Bilingual English/Spanish Areas of Expertise Donna E. Milo, Inc. (President) 2002 — Present • Louvre House Project, 311 Meridian Avenue, Miami Beach ($12,380,000.00 total project). Complete structural construction services including deep foundation systems, post tension concrete slabs, structural columns and roof top pool. • Pineiro Project, 1176 SW 20 Street, Miami (34-unit residential building turnkey construction services, foundation to CO ($3,500,000.00) • Jack Orr Plaza Community Center, 500 SW 5 Street, Miami (structural construction services) • Stirrup Plaza Apartments and Community Center, 3150 Mundy Street, Miami (turnkey construction services and 104-unit residential framing and drywall services) ($1,300,000.00) Dock & Marine Construction Corp 2006 — Present Partnered with Dock & Marine Construction Corp. to provide upland general construction services including but not limited to structural foundations, slabs, water service lines, fire protection lines, sanitary sewer vacuum lines and related ancillary necessary services in support of marina, seawall and dock construction services. Projects include the following: • Keystone Point Marina (structural slabs and fork lift wells) • Sunset Harbor Marina (water and sewer connection services) • Biscayne Bay Yacht Club (sewer, water and fire protection connections post Hurricane Irma) • Miami International Boat Show (fire protection, in water potable water connections, and upland fire protection and potable water and sewer connections) Urban • • • • Development Group, LLC 2002 - Present In 2002 created a joint venture with Urban Development Group to provide affordable housing in house constructions services. Projects include the following: Sunset Palm Villas (262 unit major rehab townhouse development) Lake Vue Villas Condominium (64 unit condominium complex — new construction) Lake Vue Oasis Condominium (40 unit condominium complex — new construction) Seybold Point Condominium (96 unit condominium complex — new construction) The Atrium at Spring Garden (48 unit condominium complex -new construction Multiple single family dwellings (new construction and remodel) Education All State Construction College, Fort Lauderdale, FL Certified General Contractor (Active CGC1505144) Certified Building Contractor (Active CBCO23148) Certified Plumbing Contractor (Active CFC1426263) • Vice Chair, City of Miami Planning Advisory Board • Dade County Domestic Violence Oversight Board City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS Health & Safety Manager shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements Listed ill SliCtiOn 3.5(C) of the RFP Please provide at least three (3) projects. FA1t,URE LO COMPLEIT AN'. . RlV1TTHt 1 1Y:EEkt11- (ThJESPONSE.nEING REJECTED :AE.61C IIPTIMMTIEVaJiWiLitill&ill79'/ly:11201i2:».1111:11MISJipLin RINW:TMrrrl: . T7!r-mirmifJ ortrs7ri,v,rrrrm This project reference complies with the Experience Requirements) under Section 3.S(C) of the RFP. ['Yes n No ❑ Not Applicable REFERENCE PROJECT INFORMA 0 u Reference Project Name/Address: 2018 Miami International Boat Show / Miami Florida Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Brian Riekers Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: OSHA Compliance during all construction operations Compensation for Services: $ 25,000 Project Start Date: 12/2017 Project Completion Date: 3 /2018 Project Construction Cost: $ $4,5 Construction Start Date: Construction Completion Date: 12/2017 3 /2018 H&S Manager's Company Name: City of Miami Fire Department Company's Contact Name: Brian Riekers H&S Manager's Title/Position: Inspector Company's Contact Facsimile Number: na Company's Contact Phone Number: 305-776-7617 Company's Contact E-mail: briekers@ci.miami,fi.us REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: ® Yes n No Project Duration: If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: VI Above Expectations* ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? ® Yes ❑ No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? ❑ Yes ® No ❑ N/A Was the Health & Safety Manager responsive to the Project Owner? ® Yes El No El N/A Was the Health & Safety Manager timely in its reviews and submittals? ® Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: 786-412-4014 Facsimile Number: na Reference Contact Name:Cathy Rick -Joule Reference Contact Signature: E-mail: crick-joule@nmma.org RFP-EHSM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2018 Lt. Riekers is a career City of Miami Fire Department employee with extensive experience providing Health and Safety Management oversight for numerous large projects including the Miami International Boat Show. He is certified in CPR and First Aid and maintains current OSHA certification. As an Independent Contractor, Lt. Riekers is an integral component of the Dock and Marine team for construction and break down of the show each year. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 , () K' City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS Health & Safety Manager shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed i Se ,.-: • - . - ..vthreg_(J„rojects__.__ cAl . a.11i!., I-+', bv4"1 1. ti t. '-i Kv1AMe(Mt• re M,/�"n :. a1'�`1a`I `� i a 4;4 i3.ft1-1Pity 3���' �f J10.1 _ This project reference complies with the Experience Reguireinent(s) under Section 3.5(C) of the RFP. ('Yes ❑ No ❑ Not Applicable Reference Project Name/Address: 2017 Miami International Boat Show / Miami Florida Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Brian Riekers Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of services Provided: OSHA Compliance during all construction operations Compensation for Services: $ 25,000 Project Start Date: 12/2016 Project Completion Date: 3 /2017 Project Construction Cost: $ S45 Construction Start Date: Construction Completion Date: 12/2016 3/2017 H&S Manager's Company Name: city of Miami Fire Department Company's Contact Name: Brian Riekers H&S Managers Title/Position: inspector Company's Contact Facsimile Number: na Company's Contact Phone Number: 305-776-7617 Company's Contact E-mail: briekers@ci.miami.fl.us REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: ® Yes n No Project Duration: If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ® Above Expectations* ❑ Average ❑ Below Expectations ('") "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? ® Yes ❑ No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? n Yes ® No 111 N/A Was the Health & Safety Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the Health & Safety Manager timely in its reviews and submittals? {I Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: 786-412-4014 Reference Contact Name: Cathy Rick -Joule Reference Contact Signature: Lc (4(1 o L( Facsimile Number: na E-mail: crick-joule@nmma.org RFP-EHSM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2017 Lt. Riekers is a career City of Miami Fire Depth tnient employee with extensive experience providing Health and Safety Management oversight for numerous large projects including the Miami International Boat Show. He is certified in CPR and First Aid and maintains current OSHA certification. As an Independent Contractor, Lt. Riekers is an integral component of the Dock and Marine team for construction and break down of the show each year. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS Health & Safety Manager shall complete the following information for completed projects within the past five (5) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Proje3ct :' - t,ge: 1, . :�_®z •173 !C 4� cfi vye requirements. fisted in Section- 3 5(C) of the REP_ _Please_prouide atleast _three. (.3.) projects..__ -_ -FAILURE TO COMPLETE AND SUBMIT THIS ORM MAY RESULT IN THE RESPONSE BEING REJE ED -' l' e L 5 REFERENCES APP ICABILITY • • This project reference complies with the Experience Requireinent(s) under Section 3.5(C) of the RFP. Q Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed Reference Project Name/Address: 2016 Miami International Boat Show / Miami Florida Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Brian Riekers Reference Project Description: Annual Marine Contractor for set-up/tear down of International Boat Show Scope of Services Provided: OSHA Compliance during all construction operations Compensation for Services: $ 25,000 Project Construction Cost: $ $4.5 Project Start Date: 12/2015 Project Completion Date: 3 /2016 Construction Start Date: Construction Completion Date: 12/2015 3/2016 H&S Manager's Company Name: City of Miami Fire Department Company's Contact Name: Brian Riekers H&S Manager's Title/Position: Inspector Company's Contact Phone Number:305-776-7617 Company's Contact Facsimile Number: na Company's Contact E-mail: briekers ci.miami.fl.us REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: ® Yes ❑ No Project Duration: If "No," was the Health & Safety Manager at fault or did it contribute to the deiay(s) or increased cost? n Yes ❑ No Quality of Services Provided: I1 Above Expectations* ❑ Average n Below Expectations (") "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? ® Yes ❑ No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? ❑ Yes ® No ❑ N/A Was the Health & Safety Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the Health & Safety Manager timely in its reviews and submittals? VI Yes ❑ No ❑ N/A Reference Company Name: National Marine Manufacturers Association Reference Title/Position: President, Asgard Consulting, Inc. Reference Telephone Number: 786-412-4014 Reference Contact Name:Cathy Rick -Joule Reference Contact Signature: OA. 0 Facsimile Number: na E-mail: crick-joule@nmma.org RFP-EHSM Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Miami International Boat Show — 2016 Lt. Riekers is a career City of Miami Fire Department employee with extensive experience providing Health and Safety Management oversight for numerous large projects including the Miami International Boat Show. He is certified in CPR and First Aid and maintains current OSHA certification. As an Independent Contractor, Lt. Riekers is an integral component of the Dock and Marine team for construction and break down of the show each year. The Miami International Boat Show attracts an estimated 100,000 boating enthusiasts from over 35 countries worldwide to its annual location, currently at Miami Marine Stadium on Virginia Key. The show hosts more than 1,100 exhibitors displaying the latest technology in both vessels and marine accessories. This attraction provides a tremendous amount of economic activity and full-time employment throughout the greater Miami region and South Florida as a whole. Dock and Marine Construction has been the sole marine contractor responsible for assembling the temporary docking structures for the annual show for over 30 years. Their role includes delivery, assembly, and maintenance of over 800 individual floating dock units that equate to over 3 miles of floating dock. The team is responsible for all aspects of marine construction from installation of the 600 individual greenheart pilings that hold each structure in place, to managing the installation of temporary water, electrical, and fire suppression systems throughout the in -water show. The temporary floating dock system is fully equipped with potable water, fire suppression to include 9 overwater standpipes, and shore power adequate to supply 3 phase 480 volt power to the mega yachts staged at the show. Dock and Marine also provides support for the upland portion of the show, coordinating with electrical contractors, temporary facilities contractors, freight delivery, and overall exhibit setup. Additionally, the team monitors the Water Taxi stations and operations that bring patrons to and from Virginia Key for the duration of the show. This annual event equates to a $30 million project that creates approximately $400 million in taxable income for the State of Florida. The in -water show requires diligent planning and logistical scheduling as construction operations commence December 15 prior to the show, with tear down complete March 15 immediately after the show, each year. Dock and Marine is the Permittee for the Marina Operating Permit, ensures that all staff maintains zero tolerance for pollution, and fully operates under Florida Department of Environmental Protection Clean Marina Program Standards for the duration of construction operations. RFP-EPM Revised 11/21/18 BRIAN RIEKERS 27470 SW 172 Ave • Homestead, Florida 33031 • (305) 776-7617 • BrianRiekers@yahoo.com 2009 - Current City of Miami Fire Department Miami, FL Lieutenant • Have command of, and be responsible for, the state of readiness of an emergency vehicle and its members and equipment assigned. • Provide Customer Service while maintain a positive and cooperative attitude when citizens request various reports issued by the City of Miami Fire Department. • Use good communication skills to solve complex customer related inquires on the phone as well as walk-ins. • Responsible for the conduct, discipline, efficiency, physical fitness, and training of members under my authority. • Responsible for the accuracy and completeness of all company documents and reports. • Maintain proficiency, to be able to conduct company drills and schools. 2005-2008 Miami -Dade College, Medical Campus Miami, FL EMS Instructor • Prepared and distributed EMS course outline / syllabi to students. • Taught EMS lecture and laboratory sections. • Developed teaching and learning strategies that optimized student performance. • Developed curriculum. • Maintained a high -quality program of instruction. • Worked to develop best practices and learner -oriented strategies to maintain high rates of retention and measurable success. 2003-2009 City of Miami Fire Department Miami, FL Firefighter/ Paramedic • Provided rapid response to calls for fire or rescue emergencies. • Lift, move, carry, and transport equipment weighing over 70 pounds from emergency situations. • Accurately gathered and evaluated patient assessment information. • Formulated a working diagnosis and/or plan. • Prioritized and implemented necessary treatment as per protocol and/or physician. • Performed general maintenance work in the upkeep of the Department of Fire -Rescue Property. Including servicing equipment and cleaning the station and trucks. • Drive, operate, inspect, clean, and service large trucks while maintaining and monitoring fuel and oil. Certifications A.S. Degree in Emergency Medical Services, State Certified Hazardous Materials Technician 160hrs, Chemistry of Hazardous Materials, Hazardous Materials Operations (HazWOpER), Hazardous Materials Leak Spill and Fire Control, Department of Homeland Security WMD Operations, Initial Response To Hazardous Materials Incidents, Hazardous Materials First Responder Operations, Fire Instructor, Fire Inspector, Paramedic, EMT Instructor, First Responder Instructor, CPR Instructor, First -Aid Instructor, Lifeguard Instructor, Water -Safety Instructor, Community First -Aid and Safety Instructor, Pool Operator, NAUI Scuba Diver. Section 8 List of Similar Projects RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper Project Scope Key Personnel Role City of Miami Seminole/Watson Island Project Construction Administration Glen Larson General Contractor Manager Dock Repairs/ Dredging/ Boat ramp repairs. Various repairs to boat ramp surfaces, Access piers. Floating dock repairs, In place piling replacement Debris removal and dredging Eddie Rivera Construction Manager Donna Milo Utility Contractor Final Cost: $290,000 Project Scope Key Personnel Role City of Miami Dinner Key Mooring Project Construction Administration Glen Larson General Contractor Manager This project involved the replacement of over 600 mooring pilings in the Dinner Key Marina. Replacement of existing Mooring piling with New Greenheart piling. Keeping marina in 100 percent operation. Recycling and disposal of old piling as necessary. Eddie Rivera Construction Manager Donna Milo Title Final Cost: $2,200,000 Project Scope Key Personnel Role Miami Dade County Matheson Boat ramp Construction Administration Glen Larson General Contractor Manager Removed deteroriated fender system for boat ramps at crandon and haulover marina, replaced with special FRP composite piling maintain ramps in 90% operation during construction. Eddie Rivera Construction Manager Donna Milo Utility Contractor Final Cost: $180,000 Project Scope Key Personnel Role Miami Dade County Crandon Boat Ramp Construction Administration Glen Larson General Contractor Manager Removed deteroriated fender system for boat ramps at crandon and haulover marina, replaced with special FRP composite piling maintain ramps in 90% operation during construction. Eddie Rivera Construction Manager Donna Milo Title Final Cost: $150,000 Project Scope Key Personnel Role Miami Dade County Emergency Services Construction Administration Glen Larson General Contractor Manager Performed emergency repairs at the numerous city facilities, derelict vessel removal, channel marker Eddie Rivera Construction Manager replacement. Hurricane related emergency response, provide support vessels, seagrass remediation, artificial floating dock Final Cost: Donna Milo Utility Contractor reef work, repairs, pier repairs, emergency electrical repairs. $1,100,000 Section 9 List of Governmental Projects RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper Section 9 — List of Governmental Projects Environmental Marker Piling Client: Biscayne National Park This project involved the piling marker installation of a $3M dollar waterway restoration project. Dock and Marine was selected for this project due to the firm's high level of equipment owned necessary for working in shallow water and difficult to navigate areas. The project involved installing markers in very tight and difficult to reach areas. Dock and Marine donated a coated piling upgrade and a fiberglass piling upgrade as a demonstration of a new product available. Biological Blitz Exhibit Client: Biscayne National Park This involved the delivery and set up of a temporary event sponsored by National Geographic on the Island of Elliot Key. Dock and Marine furnished, transported and assembled a complete event city on the island with very limited access, including but not limited to large generators, air conditioners, tents, lighting, electrical, fire protection, and other safety precautions. This was a national geographic international event. Seagrass Remediation Client: Biscayne National Park This State of Florida project funded through the FPL mitigation bank, involved Dock and Marine performing several of the Biscayne Bay seagrass restoration projects, both inside and outside of the National park. The project funding was provided through the State of Florida, the Village of Key Biscayne, Biscayne National Park, and some by Miami Dade County. Waterway Markers Client: Biscayne National Park Dock and Marine was retained for the replacement of fixed waterway markers and replace existing damaged waterway markers in the Biscayne National Park Waterway. This project was part of the Florida Waterway restoration and Enhancement program. The parks investigated and adopted the use of coated CCA piling after testing of the previous year's demonstration proved very positive to extending piling life. Ocean Boardwalk Replacement Client: Biscayne National Park Completed in 2009, using the set aside funding for Native American contractors, Dock and Marine worked in conjunction with a special minority contractor to replace a boardwalk that was destroyed from hurricane Wilma/ and Katrina. This was a long and difficult project using special methods and materials to replace a boardwalk in an extremely environmentally sensitive area. City of Miami Design —Build Services for the Dinner Key Marina Repairs and Restoration Project Section 10 Proposer's Organizational Chart RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper ORGANIZATIONAL CHART CITY OF MIAMI - DESIGN - BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT MARINE CONTRACTOR / GENERAL CONTRACTOR Dock and Marine LEAD ENGINEER / DESIGN MANAGER Edgewater Resources PROJECT MANAGER QA / QC Glenn Larson Dock and Marine UTILITY COORDINATOR Donna Milo CONSTRUCTION MANAGER Eddie Riviera Dock and Marine HEALTH & SAFETY Brian Rieckers Consultant STRUCTURAL ENGINEER SPECIAL INSPECTOR ELECTRICAL ENGINEER FIRE PROTECTION ENGINEER PLUMBING ENGINEER Ron Schults, PE Edgewater Resources Section 11 Form C-1 List of Subconsultants/Subcontractors RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper op (if City of Miami, Department of Procurement List of Sub-Consultants/Sub-Contractors/Suppliers - RFP-C-1 Instructions This form is to be completed and submitted listing all Sub -Consultants, Sub -Contractors, and suppliers to be used under this Agreement. This form is to be updated after Sub -Consultants, Sub -Contractors, and suppliers may be added or substituted. Please identify the type of license(s) each Firm holds, and identify any Miami -Dade County Small Business Enterprise (SBE)/Disadvantaged Business Enterprise (DBE) or Florida Department of Transportation (FDOT) certifications. No other certifications are required to be identified. Failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-19-005 RFP Title: Desiqn-Build Services for the Dinner Key Marina Repairs and Restoration Project Name of Proposer: Name of Firm Address Scope of Work Professional License(s) Number SBE/DBE/FDOT Certification Number % of Work Edgewater Resources, LLC 2075 N.Powerline Rd. Pompano FL Enqineer FL State #80101 na 15% Donna Milo, Inc. 2151 SW 23 Avenue Utility Contractor na CFC1426263 20% Livewire Electric Inc. 2828 NE 40th St. Ft.Lauderdale FL Electric Contractor na EC0002240 30% Brian Riekers 27472 SW 172 Ave Homestead OSHA/CPR/FirstAid na na 2% RFP-C-1 Revised 10/25/18 Section 12 Insurance Capability Letter RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper A RET<9 e ` CERTIFICATE OF LIABILITY INSURANCE DATE(MM)D0fYYYY) DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER, IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In lieu of such endorsement(s). PRODUCER Mitchell, York & Cooper Marine Insurance 1442 Arthur Rd Monticello KY 42633 C6h1 CT NAME:Stephen York FAX NG No Eaty: 772-349-2052 INC, No): &MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIL # INSURERA: Great American Insurance Cos 26344 INSURED Dock & Marine Construction, Inc Dock & Marine Construction Corporation 752 NE 79th Street Miami FL 33138 INSURER B: Navigators Insurance Co 42307 INSURER C: INSURER D; INSURER E: INSURER F: CERTIFICATE NUMBER:1 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 4 TYPE OF INSURANCE sry pin POLICY NUMBER POLICY EFF (Mm DDIIYYYY) POLICY EXP (MMfOI7TYYYYI LIMITS A 1 '-----I COMMERCIAL GENERAL LIABILITY CLAIMS -MADE © OCCUR • r ✓ OMH144-16-50 P&I includes crew coverage for 9 members and Tower's Liability 09/18/2018 09/18/2019 EACH OCCURRENCE $ 1000000 PREMISES (Ea occurrence) $ 100000 MED EXP (Any ono person) $ 10000 ✓ Protection & Indemnity PERSONAL 6 ADV INJURY $ 100000 GENERAL AGGREGATE $ 2000000 GEM_ 7 AGGREGATE POLICY OTHER: LIMIT APPLIES PER: 120. LOC PRODUCTS -COMP1OPAGG $ 1000000 $ AUTOMOBILE — LIABILITY ANY AUTO OWNED AUTOS ONLY HIRED AUTOS ONLY —' „ ,_. SCHEDULED AUTOS NON -OWNED AUTOS ONLY l 1 COMBINED SINGLE LIMIT (Fa accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE Leer accident) $ $ tj 1 UMBRELLA LIAB EXCESS LIAB f OCCUR 11.11 CLAIMS -MADE 1 H018LIA95720201 09/20/2018 09/20/2019 EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 $ DED RETENTION$ 10000 WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y!N pi OFFICERIMEMBER EXCLUDED? (Mandatary In NH) i( yyes describe under DESL�RIPTION OF OPERATIONS below NIA T1 j 1 STATUTE 1 ER E.L. EACH ACCIDENT $ E,L.DISEASE- EAEMPLOYEE 1 E.L. DISEASE - POLICY LIMIT $ -ua o• on DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) MARINE CONSTRUCTION OPERATIONS City of Miami Is listed as an additional Insured with respect to general liability and umbrella. Coverage is afforded for contingent and contractual expenses along with primary and non-contributory wording, CERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2 Ave Miami, FI 33130 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) ©1988.2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Produced using Forms Boss Web Software. www.Formssoss.com (a) Impressive Publishing 800-208.1977 ACORrf CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 3/8/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Sihle Insurance Group, Inc. 1021 Douglas Ave. Altamonte Springs FL 32714 CONTACT PHONE FAX (A/C No Ext): 407-869-0962 (Arc, No): 407-774-0936 E-MAIL info@sihle.com INSURERS) AFFORDING COVERAGE NAIC # INSURER A : StarNet Insurance Co. INSURED DOCKMAR-03 Dock & Marine Construction Inc. Dock & Marine Construction Corp. 752 NE 79th Street Miami FL 33138 INSURER B INSURER C : INSURER D : INSURER E : INSURER F : CERTIFICATE NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL „1NSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS -MADE OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ P POLICY PRO- JECT LOC PRODUCTS - COMP/OP AGG $ OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT (Ea accident $ ANY AUTO BODILY INJURY (Per person) $ OWNED AUTOS ONLY SCHEDULED AUTOS) BODILYINJURY(Peraccident $ HIRED AUTOS ONLY NON -OWNED AUTOS ONLY PROPERTY DAMAGE Per accident) $ $ UMBRELLA LIAB _ OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS -MADE AGGREGATE $ DED RETENTION $ $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY YIN KEY0138002 2/1/2018 2/1/2019 X STATUTE X ERH ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICERJMEMBEREXCLUDED? N NIA E.L. EACH ACCIDENT $1,000,000 (Mandatory in NH) If describe E.L. DISEASE - EA EMPLOYEE $ 1,000,000 yes, under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) WC includes USL&H and blanket Waiver of Subrogaton. Copies of the endorsements are attached. A Waiver of Subrogation applies when required by wr tten contract to the Workers Compensation policies in favor of City of Miami ERTIFICATE HOLDER CANCELLATION City of Miami 444 SW 2nd Avenue Miami FL 33130 ACORD 25 (2016/03) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Section 13 Letter from Bonding Surety - NA RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper Section 14 Acknowledgement of Addenda, Reference Documents and Proposer Information Forms and Attachments RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper ADDENDUM No. 1 November 20, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. Wherever applicable throughout the RFP document, Proposers are hereby advised that the Proposal Submittal Date has been changed to December 6, 2018. The time and location for delivery of Proposals remain the same. 2. On page 32 of the RFP, Section 3.5(A) "Minimum Qualification Requirements," General Contractor, please delete the following: "In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), with contract values of $5 million within the last ten (10) years." And replace with the following text: "In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years." 3. On page 33 of the RFP, Section 3.5(B) "Minimum Qualification Requirements," Lead Engineer/Design Manager Firm, please delete the following: "In addition, the Lead Engineer/Design Manager shall have experience as the Engineer of Record for at least three (3) projects of similar scope and complexity (e.g,, marine structures, marina improvements/repairs, and marina (overwater) utilities), with contract values of $5 million or more within the last 10 years." grit of ,€1" is C ADDENDUM No. 2 November 21, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. REQUESTS FOR INFORMATION: Q1. Is the Lead Engineer/Design Manager Firm under Section 3.5 (B) considered only a firm (similar to the General Contractor Section 3.5 (A)), or is an individual representative required under this section, separate from the key personnel requirements under Section 3.5. (C)? If limited to the firm, then this section should include experience of engineers employed by the firm, including prior experience of individuals, as long as they are currently on the payroll of the submitting firm? Al. The Lead Engineer/Design Manager must be a licensed, registered, and practicing engineer or engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. The managing principal/8 of the Lead Engineer/Design Manager, qualifying the Design -Build team while acting as the Engineer of Record for the Project, must be registered engineer/s under Chapter 471, Florida Statutes, to practice engineering. Q2. Can the experience projects utilized to qualify the firm under Section 3.5 (B) overlap with the requirements of the individual under a specific role in the Key Personnel Section 3.5 (C)? For example, the Firm is qualified with Projects X, Y, and Z, and the Engineer employed by the firm is qualified as a Key Personnel utilizing Projects X, Y, and W. Thus projects X and Y would be shared amongst the Lead Engineer/Design Manager Firm and the key personnel employed by that firm. Similarly for the General Contractor and the Construction Manager. A2. It is allowed for different firms and/or individuals to utilize a single or multiple projects to provide proof of prior experience. Individuals who have shared activities on the same City of Aftianti ADDENDUM No. 3 November 30, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. Throughout the RFP document, the reference to "Design -Builder" must read "Design -Build Firm." 2. On page 5 of the RFP document, please delete the following: "Proposer must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, including Additive Alternatives 1 through 3." And replace with the following text: "On the Step 2 Proposal Due Date, shortlisted firms must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, including Additive Alternatives 1 through 8. Failure to do so will result in the Proposal being rejected as non -responsive." 3. On page 6 of the RFP document, please delete Section 1.6 in its entirety, and replace with the following text: "1.6. Contract Terms and Conditions The Proposer(s) selected to provide the service(s) requested herein (the "Successful Proposer(s)") will be required to execute a contract ("Contract") with the City. The contract will be a City -furnished Design -Build Agreement same language as this Section. The Design -Build Firm 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 Design - Build Firm in which the City participated either through review or concurrence of the Design -Build Firm's actions. In reviewing, approving or rejecting any submissions by the Design -Build Firm or other acts of the Design -Build Firm, the City in no way, assumes or shares any responsibility or liability of the Design -Build Firm or any subconsultant/subcontractor under this Contract. 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 Design -Build Firm. c. Insurance Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. ■ Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $2,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Contingent and Contractual Exposures Explosion, Collapse and Underground Hazard Primary and Non -Contributory Endorsement Products and Completed Operations covered for a minimum of three years following project completion. Additional insureds included on this requirement. ■ Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto/Owned/Scheduled Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 3 Addendum No. 3 RFP No. 18-19-005 • Protection and Indemnity Liability (If Applicable) Limits of Liability (Jones Act included) $1,000,000/$2,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured. ■ Crime Coverage (If Applicable) Employee Dishonesty and Forgery Alteration Limits of Liability $1,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as loss payee. The Design Build Firm is responsible for all applicable deductibles in terms of all lines of coverage, or policies herein contained, more specifically noted in Section (7) Insurance. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. Companies issuing all insurance policies required above must be authorized to do business in the State of Florida, and meet the following qualifications: The company must be rated no less than "A-" as to management, and no less than "Class X" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. d. Performance and Payment Bond The Design -Build Firm shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, or subconsultants and subcontractors employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. Each Bond shall continue in effect for one year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract value, or an additional bond shall be conditioned that Design -Build Firm will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Project(s). The City must be listed as an Obligee. 5 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Addendum No. 3 RFP No. 18-19-005 • To the extent practical, the fair and reasonable value shall be based on the price established as a result of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract. • The amount due hereunder may be offset by all payments made to the Design -Build Firm. • All payments pursuant to this Article shall be accepted by the Design -Build Firm in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Design -Build Firm. • Design -Build Firm shall not be entitled to lost profits, overhead or consequential damages as a result of a Termination for Convenience. • All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Design -Build Firm under this Article, the Design -Build Firm grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project." 4. On page 7 of the RFP document, please delete Section 1.9 in its entirety, and replace with the following text: "1.9. Award of a Contract A Contract may be awarded to the Successful Proposer for the Project by the City Commission or City Manager, as applicable under the City Code, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, a Contract with the Successful Proposer when it is determined to be in the City's best interest. The City does not represent or affirm that any award will be made, or that a Notice to Proceed will be issued." 5. On page 16 of the RFP document, Section 2.1, "Project Background," please delete the following: "The original terminal building is still utilized as City Hall." And replace with the following text: "The original terminal building is still utilized as City Hall, housing the Commission Chambers and offices for elected officials and certain staff." 6. On page 37 of the RFP document, Section 3.11, "Audit Rights and Records Retention," please add the following text to at the end of the Section: "The Audit and Inspection provisions set forth in Sections 18-100 to 18-102 of the City Code are deemed as being incorporated by reference herein as supplemental terms." Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 7 Addendum No. 3 RFP No. 18-19-005 Q6. a) When does the clock commence for this project? b) Does the clock commence after the permits are secured? A6. Short-listed Proposers will be required to submit their own project schedule as part of the Step 2 Proposal. The City anticipates providing a partial Notice to Proceed (NTP) for the selected team to commence the engineering design. As the design progresses through the City review process, and both the environmental and building permits are issued, the City may issue an NTP for construction. Depending on the selected Proposer's schedule, the City may issue additional partial NTPs to order long -lead time materials during the engineering and permitting tasks. Q7. Additive alternates add scope to the contract. Will time also be added to complete the add alternates? A7. Time may be added, as appropriate. Q8. How much time will be added for alternates No.1, No.2, and No.3? A8. Additive Alternative No. 4 has been added. Nonetheless, shortlisted Proposers will be required to submit their own project schedule as part of the Step 2 Proposal, including a recommendation for additional construction time for each alternative. A sample Bid Proposal form is included as part of this Addendum. Q9. a) What is the design and environmental permitting duration? The MN Design Criteria Package (Page 12) states, "Environmental Permitting - Estimated 9 to 12 months." The RFP indicates that the entire project duration is 12 months for both design/permitting and construction. b) How is it possible to complete the entire project when the design I permitting process is "estimated" to be a 9 to twelve (12) month duration? A9. The City is initiating the environmental permitting to progress concurrently during Steps 1 and 2 of the design -build procurement process. The environmental permitting process will also continue concurrently as the successful Proposer completes the engineering design and building permit processing. The 9-month duration is an estimate based on experience with similar projects in Miami -Dade County, and it is possible the rehabilitation project could be permitted in 6-9 months. The City will maintain regular communication with the successful Proposer, and work to expedite the environmental permits. Q10. The MN Design Criteria Package (Page 16) states, "Piles shall be wrapped as indicated on the DCP Drawings." Do DCP criteria include wrapping the existing PT I CCA piles? A10. Only new piles shall be wrapped. Q11. The permitting agencies are known to be arbitrary. Hypothetically, if during construction the permitting agencies require that all exiting piles be wrapped, will this work be part of a change order to the City of Miami? A11. Yes, a change order may be issued to include additional work, as appropriate. Q12. Will the D/B Team be compensated for differing site conditions? Al2. Proposers shall review existing site conditions along with information included in this package that includes some of the repair plans as well as original design plans from the 1980's. Proposers shall also review the DCP carefully. Site visits by Proposers are encouraged to confirm site conditions. The City is implementing the project through a two- step, 'best value" procurement process to select a qualified/experienced Design -Build 9 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Addendum No. 3 RFP No. 18-19-005 Q17. Will the City provide parking spaces to the D/B Team? A17. Yes. Q18. How many parking spaces will be provided to the D/B Team? A18. Approximately 15 parking spaces located on the south side of the staging area. Q19. The Proposers need to quantify and price the submerged marine debris. Please provide a survey of submerged marine debris. A19. The City removed some of the marine debris resulting from Hurricane Irma; however, there is still debris to be removed by the Design -Build Firm. An allowance for the removal of the remaining Hurricane Irma marine debris will be included on the Bid Form for the Step 2 of the bid process. Q20. If additional marine debris is found (not included in survey), can the D/B Team be compensated for the additional work? A20. Yes, please refer to response A19, above. Q21. Will the City issue change orders to the Proposer for any differing site conditions? A21. Please refer to response Al2, above. Q22. Will the City have an on -site project manager authorized to make decisions on behalf of the City? A22. The Office of Capital Improvements (OCI) will have an assigned Project Manager. This individual will have the authority as outlined in the DBIA contract, and the City will strive to be responsive to field conditions and to requests from the Design -Build Firm. The Project Manager will make regular site visits to the project site, and regular progress meetings are anticipated once construction starts. Q23. Both marine debris removal and mooring pile replacement are exempt from environmental permits. Can the contractor commence this work prior to securing any environmental permits? A23. No. Q24. Will the Proposer be compensated promptly for marine debris removal and or mooring pile replacement prior to the issuance of environmental permits? Currently, the RFP states that the Proposer will not be compensated for construction work prior to the issuance of permits. A24. No. Q25. The MN Design Criteria Plans (G-002, Vessel Relocation) states, "THE D/B TEAM WILL COORDINATE WITH THE DINNER KEY MARINA MANAGEMENT TO INDENTIFY / NOTIFY VESSLES ANCHORED IN THE AREA OF THE MOORING FIELD THAT WILL INTERFERE WITH THE DEBRIS REMOVAL AND/OR REPAIRS PRIOR TO CONSTRUCTION." The Dinner Key Marina Mooring Filed is located to the east of the Spoil Islands. Will the D/B Team be responsible for any work east of the Spoil Island? A25. No. 11 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Addendum No. 3 RFP No. 18-19-005 above the top of piles. Extending piles up five feet will reduce the chances of piles poking holes in the side of vessels. A34. Short-listed Proposers must provide cost for piles as indicated in the DCP. Provide Additive Bid Alternative #6 price for increasing the cutoff elevation by 5 ft. Q35. Suggest using stainless steel hurricane straps for new wood construction. Galvanized hurricane straps rust and rot. After ten years, most of the galvanized hurricane straps have deteriorated. Most of the expense with hurricane straps is the labor cost. Therefore, we believe it is logical to use stainless steel hurricane straps. A35. Short-listed Proposers must provide cost for hurricane straps as indicated in the DCP. Provide Additive Bid Alternative #7 price for providing SS316 hurricane straps. Q36. This RFP states that the City will pay for all permits. Does this include all mitigation and impact fees? A36. The Design -Build Firm must pay for all permit costs and fees. In turn, the City will reimburse the Design -Build Firm for those permit costs and fees on a dollar per dollar basis. Q37. What are the performance requirements for the card access system? A37. The City has a contract with a Quality Wiring to install and monitor the City's security systems and other low voltage systems. It is a standard practice, for all City projects, that OCI and the design consultant coordinate low voltage work with Quality Wiring, and provide just empty conduits and pull boxes as necessary for the work to be completed "by others" (Quality Wiring). Q38. What are the performance requirements for the WIFI system? A38. Please refer to response A37, above. Q39. What are the performance requirements for the security camera system? A39. Please refer to response A37, above. Q40. Suggest adding a program to fortify Spoil Island D. During Hurricane Irma, anchored boats were pulled over the Spoil Islands and torpedo into docked boats at the Dinner Key Marina. Adding large riprap rubble to the Spoil Islands will help protect the Dinner Key Marina in storm events. A40. The City will be evaluating this coastal protection works as part of a future project. Q41. Add Alternate requires the replacement of approximately 66 concrete beam slabs (plans S-121, S-122, S-123, S-125, S-126, S-127, and S128). Between many of the beam slabs scheduled to be replaced are concrete bents (concrete beams) that are also scheduled to be repaired. May the contractor exercise and option to replace these damaged bents with new concrete bents? With the beam slabs gone, it is often easier and better to replace than repair. A41. Provide Additive Bid Alternative #8 to replacing bent caps in -lieu of repairing. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 13 Addendum No. 3 RFP No. 18-19-005 1 Bid Form — RFP No. 18-19-005 Design -Build Services for the Dinner Key Marina Repair and Restoration Project The following bid tabulation is based on the bid package and description of work included with the DCP, Section 1.1, 1.2 and 1.3 includes all work associated with the Base Bid. Sections 1.4, 1.5, and 1.6 include additive alternatives. Additive alternatives are described in detail in Section 1.5 of the DCP Program Requirements and within the DCP Drawings. The undersigned, having read and understood the Bidding Documents and examined the Project site and adjoining areas, and being familiar with the obstacles and conditions that will affect proposed Work, hereby offers and agrees to furnish all labor, products, and services needed to provide Work in accordance with the Bidding Documents as follows: 1.1 Base Bid --Structural Pay Item Qty Unit Price Total Price Mobilization and Demobilization 1 LS Submerged Debris Removal 50 CY Concrete Walkway Span Replacement 13 EA Timber Finger Pier Replacement (6 pile pier) 87 EA Timber Finger Pier Replacement (8 pile pier) 12 EA Timber Finger Pier Type 1 Repair (6 pile pier) 80 EA Timber Finger Pier Type 1 Repair (8 pile pier) 8 EA Timber Finger Pier Type 2 Repair (6 pile pier) 30 EA Timber Finger Pier Type 2 Repair (8 pile pier) 5 EA Timber Mooring Pile Replacement 40 EA 7-foot wide Fiberglass Reinforced Plastic (FRP) 53,500 SF Grating Replacement Marina Appurtenances 1 LS Pile Jackets 9 EA Structural Base Bid Subtotal — Dollars $ Electrical Supplementary Bid Information Pay Item Unit Cost Hourly Rate (Min. Charge) Labor Rates: Supervisor Per Hour Labor Rate: Electrician Per Hour Labor Rate: Worker - General Per Hour Tool Rental Rates (Cost plus %) Per Hour Additional Material Rates (Cost plus %) % Charge Add'I Material (over $5000: Cost plus %) % Charge Misc: As Noted 1.3 Base Bid — Plumbing Provide a lump sum price to repair and/or replace plumbing utilities as indicated in the DCP Drawings. Pay Item Qty Unit Price Total Price Fire Suppression System 1 LS Potable Water System 1 LS Sewage Pumpout System 1 LS Plumbing Base Bid Subtotal — Dollars $ 1.6 Additive Alternative #3 — Removable Utility Pedestals Provide a lump sum price to upgrade all utility pedestals to include a "weather base" to allow the pedestal to be separated from the permanent base before weather emergencies and stored to prevent damage_ Pay Item Qtv Unit Price Total Price Additive Alternative #3 for Pedestal Al 7 EA Additive Alternative #3 for Pedestal A2 72 EA Additive Alternative #3 for Pedestal B1 6 EA Additive Alternative #3 for Pedestal B2 187 EA Additive Alternative #3 for Pedestal Cl 7 EA Additive Alternative #3 for Pedestal C2 13 EA Additive Alternative #3 for Pedestal D1 2 EA Additive Alternative #3 Subtotal — Dollars $ 1.7 Additive Alternative #4 — Remote Electronic Monitoring Pedestals Provide a lump sum price to upgrade all utility pedestals to include an electronic package to remotely monitor Ground Fault levels and Energy Consumption in KWH. Coordinate requirements with Wi-Fi communication system. Pay Item Qty Unit Price Total Price Additive Alternative #4 for Pedestal Al 7 EA Additive Alternative #4 for Pedestal A2 72 EA Additive Alternative #4 for Pedestal B1 6 EA Additive Alternative #4 for Pedestal B2 187 EA Additive Alternative #4 for Pedestal Cl 7 EA Additive Alternative #4 for Pedestal C2 13 EA Additive Alternative #4 for Pedestal D1 2 EA Additive Alternative #4 Subtotal — Dollars $ 2 Bid Summary Sheet Base Bid Summary Structural Electrical Pedestals Plumbing Base Bid Total Additive Alternatives Bid Alternative #1— Repair of Non -Storm Related Damage Bid Alternative #2 — Finger Pier Upgrade $ Bid Alternative #3 — Removable Utility Pedestals $ Bid Alternative #4 — Remote Electronic Monitoring Pedestals Bid Alternative #5 — Greenheart Mooring Piles Bid Alternative #6 — Increase Pile Cut-off Elevation Bid Alternative #7 — Stainless Steel Hurricane Straps $ Bid Alternative #8 — Bent Cap Replacement $ * iopt il 11 • , 11 i R,p„ City of �t�txrrt REQUEST FOR PROPOSALS DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT RFP No. 18-19-005 ISSUE DATE NOVEMBER 7, 2018 PRE -PROPOSAL CONFERENCE NOVEMBER 14, 2018 AT 10:00 AM (VOLUNTARY) ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE NOVEMBER 21, 2018 AT 5:00 PM RESPONSE SUBMISSION DUE DATE AND TIME DECEMBER 6, 2018 AT 3:00 PM CONTACT Fernando V. Ponassi, MA Arch., MA PPA, LEED°AP Assistant Director, A&E and Construction Services Department of Procurement City of Miami 444 SW 2nd Avenue, 6th Floor Miami, Florida 33130 Office: (305) 416-1902 Email: FPonassi(a�miamidov.com PUBLIC NOTICE CITY OF MIAMI REQUEST FOR PROPOSALS (RFP) DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT RFP NO: 18-19-005 Completed responses must be delivered to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 3:00 PM, on December 6, 2018 ("Response Submission Date"). Any Responses received after the above date and time, or delivered to a different address or location will not be considered. Request for Proposals (RFP) documents may be obtained on or after November 7, 2018 from the City of Miami, Office of Capital Improvements (OCI) webpage at: http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.html It is the sole responsibility of all firms to ensure the receipt of any addendum(s) and it is definitely recommended that firms periodically check the OCI webpage for updates and the issuance of addenda. OCI has scheduled a voluntary pre -submittal conference for this solicitation on November 14, 2018, at 10:00 a.m., at Dinner Key Marina, 3400 Pan American Dr., 3rd Floor, Conference Room 314, Miami, FL 33133. Any Proposer not attending the voluntary pre - submittal conference will not be precluded from submitting a proposal. The City of Miami reserves the right to accept any Responses deemed to be in the best interest of the City, to waive any minor irregularities, omissions, and/or technicalities in any Responses, or to reject any or all Responses and to re -advertise for new Responses, in accordance with the applicable sections of the City Charter and Code. The responsibility for submitting a proposal before the stated time and date is solely and strictly that of the Bidder. The City is not responsible for any delayed, late, or mis-delivered Proposals, no matter the cause. THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI PROCUREMENT CODE. Emilio T. Gonzalez, Ph.D., City Manager Design -Build Services for the Dinner Key Marina 3 RFP No. 18-19-005 Repairs and Restoration Project SECTION 1 INTRODUCTION TO REQUEST FOR PROPOSALS 1.1. Invitation Thank you for your interest in this RFP. The City of Miami (the "City") Office of Capital Improvements, through the Department of Procurement (Procurement), invites responses ("Responses") that offer to provide the services described in Section 2.0, "Scope of Services." Copies of this Solicitation are available on the OCI webpage by visiting http://www.ci.miami.fl.us/MiamiCapital/NewBidsandProposals.htmi 1.2 Submission of Responses Proposers submitting a response to this RFP must provide both (1) a Technical Response and (2) a Price Proposal based on the Scope of Services as defined in Section 2.0 of the RFP. Proposers must submit a response (Base Proposal) to the specifications of this RFP, including Additive Alternatives 1 through 8. The Base Proposal will not be considered without also submitting a price for Additive Alternatives 1 through 8. The City reserves the right to accept any Responses deemed to be in the best interest of the City, to waive any minor irregularities, and/or omissions and/or technicalities in any Responses, or to reject any or all Responses and to re -advertise for new Responses, in accordance with the applicable sections of the City Charter and Code and this RFP. Sealed written Responses must be received by the City of Miami Clerk's Office, no later than the date, time and at the location indicated in Section 4 of the RFP in order to be considered responsive. Faxed documents are not acceptable. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 1 (qualifications and experience only, from all interested Proposers) must be received by the Submission Due Date specified in this RFP. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 2 (Technical and Price Proposals for Base and Additive Alternatives) must be received from teams shortlisted for oral presentations on a date to be determined at the appropriate time, and notified accordingly. The Price Proposal (Base and Additive Alternatives) must be submitted in a separate sealed envelope or package. Proposers must provide a price for Additive Alternatives 1 through 8 as part of the complete Step 2 proposal. Proposer must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, including Additive Alternatives 1 through 8. Failure to do so will result in the Proposal being rejected as non -responsive. 1.3. Voluntary Pre -Proposal Conference A voluntary pre -proposal conference ("Conference") will be held on November 14, 2018 at 10:00 a.m. The conference will be held at Dinner Key Marina, 3400 Pan American Dr., 3rd Floor, Conference Room 314, Miami, FL 33133. Prospective Proposers are not required but strongly encouraged to attend this meeting to obtain information relative to the RFP. Attendees are required to sign -in. Failure to attend or sign -in will not result in a Proposer's Response being rejected as non -responsive. 1.4. Cone of Silence Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFP. Oral communication is prohibited. Design -Build Services for the Dinner Key Marina 5 RFP No. 18-19-005 Repairs and Restoration Project Ct1YI.1A Up 1 k. 14. 2 1111t reasonable attorney's fees, to the extent caused in whole or in part by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Design - Build Firm and persons employed or utilized by Design -Build Firm in the performance of this Contract. Design -Build Firm shall further, indemnify, hold and save harmless, and defend (at its own cost), 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. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Design -Build Firm shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Design -Build Firm expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Design -Build Firm shall in no way limit the responsibility to indemnify, hold and save harmless, and defend the City and their officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Design -Build Firm pre and post construction to defend, at its own expense, to and through trial, administrative, 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 Design -Build Firm, or persons employed or utilized by Design -Build Firm. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Design -Build Firm shall require all sub-consultant/sub-contractor agreements to include a provision that each sub-consultant/sub-contractor will indemnify the City in substantially the same language as this Section. The Design -Build Firm 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 Design -Build Firm in which the City participated either through review or concurrence of the Design -Build Firm's actions. In reviewing, approving or rejecting any submissions by the Design -Build Firm or other acts of the Design -Build Firm, the City in no way, assumes or shares any responsibility or liability of the Design -Build Firm or any sub-consultant/sub-contractor under this Contract. 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 Design -Build Firm. c. Insurance Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. • Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Design -Build Services for the Dinner Key Marina 7 RFP No. 18-19-005 Repairs and Restoration Project • ,1111 11111. • 11 0 R,� • Builder's Risk/Installation Floater (If applicable) Causes of Loss: Special Form with Replacement Cost Valuation Deductible: $50,000 AOP, 5% Wind & Hail, Flood City of Miami, its elected officials, instrumentalities, and employees listed as loss payee/additional insured CONTRACTOR IS RESPONSIBLE FOR ALL DEDUCTIBLES APPLICABLE HEREIN • Payment and Performance Bond Full amount of contract at award, including all contingencies City of Miami, its elected officials, instrumentalities, and employees listed as an Obligee • Contractor's Professional Liability $5,000,000/$5,000,000 Retro Date Included. This limit shall be equally applicable and provided by any and all consultants, subconsultants, or contractors engaged in the project. • Protection and Indemnity Liability (If Applicable) Limits of Liability (Jones Act included) $1,000,000/$2,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured • Crime Coverage Employee Dishonesty and Forgery Alteration Limits of Liability $1,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as loss payee. The Design Build Firm is responsible for all applicable deductibles in terms of all lines of coverage, or policies herein contained, more specifically noted in Section (7) Insurance. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. Companies issuing all insurance policies required above must be authorized to do business in the State of Florida, and meet the following qualifications: The company must be rated no less than "A-" as to management, and no less than "Class X" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. Design -Build Services for the Dinner Key Marina 9 RFP No. 18-19-005 Repairs and Restoration Project documentation shall be cause to withhold any payments due without recourse by Design -Build Firm until all documentation is delivered to the City. In the event that the City Manager exercises its right to terminate the Contract pursuant to the Contract Documents, the City will pay the Design -Build Firm: • For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project(s) completed in accordance with the Contract through the completion date, and (2) non -cancelable material(s) and equipment that is not of any use to the City except in the performance of the Contract, and has been specifically fabricated for the sole purpose of the Contract but not incorporated in the Work; and • To the extent practical, the fair and reasonable value shall be based on the price established because of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract. • The amount due hereunder may be offset by all payments made to the Design - Build Firm. • All payments pursuant to this Article shall be accepted by the Design -Build Firm in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Design -Build Firm. • Design -Build Firm shall not be entitled to lost profits, overhead or consequential damages because of a Termination for Convenience. • All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Design -Build Firm under this Article, the Design -Build Firm grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project. 1.7. Price Proposal Oral presentations will be conducted with the top three ranked Proposers at a minimum, provided that more than three (3) responsive and responsible Proposals are received. Immediately after oral presentations are concluded, the Price Response will be publicly opened. The price score will be incorporated into the overall rating and ranking of the Proposals by the Evaluation Committee. The pricing evaluation is used as part of the evaluation process to determine the highest ranked Proposer. The City of Miami reserves the right to negotiate the final terms, conditions, and Contract pricing as may be deemed in the best interest of the City. 1.8. Proposal Bond A Proposal bond in the amount of at least five percent (5%) of the proposed project cost payable to the City, shall be submitted with the Technical Proposal portion of the Response. The Proposal Bond must be in the form of a certified check, cashier's check, an irrevocable letter of credit, or surety bond. The Proposal Bond is conditioned upon the successful Proposer submitting the specified Payment and Performance bond, which is a requirement of the Contract. The awarded Design -Build Firm shall submit a Payment Bond and Performance Bond (showing the Design - Build Firm as Principal and also name the City of Miami as the funding agency) in the full amount of the Contract, inclusive of design fees, as a condition precedent to Contract execution by the City. Further details on the Proposal Bid Bond and Payment and Performance Bond forms are included in the solicitation documents as Attachment C and Attachment D, respectively, which provisions are incorporated into and made a part of this RFP. Design -Build Services for the Dinner Key Marina 11 RFP No. 18-19-005 Repairs and Restoration Project 1.14. Subconsultant(s)/Subcontractor(s) A Subconsultant/Subcontractor is an individual or firm who has a contract with the Proposer to assist in the performance of services required under this RFP. A Subconsultant/Subcontractor shall be paid through the Proposer, and not paid directly by the City. Subconsultants/Subcontractors are allowed by the City in the performance of the services delineated within this RFP. Proposer must clearly reflect in its Response the major Subconsultants/Subcontractors to be utilized in the performance of required services. For purposes of this section, major Subconsultants/Subcontractors shall mean the professional services/construction services firms who shall serve as the primary professional services and construction firms, and shall contract for and supervise all other professional services/construction firms, as applicable. The City retains the right to accept or reject any Subconsultant/Subcontractor proposed in the Successful Proposer(s)' response or proposed prior to Contract execution. Any and all liabilities regarding the use of a Subconsultant/Subcontractor shall be borne solely by the Successful Proposer(s) and insurance for each Subconsultant/Subcontractor must be maintained in good standing and approved by the City throughout the duration of the Contract. Neither the Successful Proposer(s) nor any of its Subconsultants/Subcontractors are considered to be employees or agents of the City. Failure to list all major Subconsultants/Subcontractors and provide the required information may disqualify any proposed Subconsultants/Subcontractors from performing work under this RFP. 1.15. Discrepancies, Errors, and Omissions Any discrepancies, errors, or ambiguities in the RFP or addenda (if any) should be reported in writing, in the manner prescribed in RFP Section 1.4, Cone of Silence. Should it be necessary, the City will issue a written addendum to the RFP clarifying such conflicts or ambiguities. 1.16. Disqualification This RFP requires the use and submission of specific City Forms. In addition, the RFP requires the submission of additional documents and information. Failure to utilize the City Forms will result in the rejection of the Response as non -responsive, and it will not be considered for award. Modification of, retyping, or any alterations to the City Forms will result in the rejection of a Response as non -responsive. The City reserves the right to disqualify Responses before or after the submission date, upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Response; to reject any or all Responses in whole or in part, or to reissue an RFP. Any Proposer who submits in its Response any information that is determined by the City, at its sole discretion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Contract. Any Response submitted by a Proposer who is in arrears, e.g., money owed or otherwise in debt by failing to deliver goods or services to the City (including any agency or department of the City) or where the City has an open or liquidated claim against a Proposer for monies owed the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City contract or agreement, or has been debarred by an federal, State of Florida, or local public entity within the past five (5) years will be rejected as non -responsive and shall not be considered for award. Prior to award of a contract, the above requirements must be met, and is a condition that must be maintained during the term of the Contract. Design -Build Services for the Dinner Key Marina 13 RFP No. 18-19-005 Repairs and Restoration Project b. Non -Appropriation of Funds In the event no fund or insufficient funds are appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this contract, then the City, upon written notice to the Successful Proposer or his assignee of such occurrence, shall have the unqualified right to terminate the contract without penalty or expense to the City. No guarantee, warranty, or representation is made that any project(s) will be awarded to any firm(s). c. Subcontractors of Work Shall be Identified As part of the RFP, Proposers are required to identify any and all Subconsultants/Subcontractors that will be used in the performance of this proposed contract, their capabilities, experience, minority designation, as defined in Ordinance 10062 and the portion of the work to be done by the Subconsultant/Subcontractor. Failure to identify any and all Subconsultants/Subcontractors in the Proposal shall render the Proposal non -responsive, unless, the Successful Proposer submits this documentation to the City within five (5) working days after the proposal due date. The Successful Proposer shall not, at any time during the tenure of the contract, subcontract any part of his operations or assign any portion or part of the contract, to Subconsultant/Subcontractor(s) not originally mentioned in their Proposal, except under and by virtue of permission granted by the City through the proper officials. Nothing contained in this specification shall be construed as establishing any contractual relationship between any Subconsultant/Subcontractor(s) and the City. The Successful Proposer shall be fully responsible to the City for the acts and omissions of the Subconsultant/Subcontractor(s) and their employees, as for acts and omissions of persons employed by the Successful Proposer. d. Davis -Bacon Act Federally assisted construction contracts must adhere to Davis -Bacon Act wages and benefits rate schedules. Proposers shall use the Federal Wages reflected in Wage General Decision Number FL 180260 01/12/2018 FL260 in developing its proposal for this project. The Successful Proposer shall be required to provide certified payroll records documenting the work performed on this project. e. Compliance with the Copeland "Anti -Kickback" Act 1. The Contractor shall comply with 18 U.S.C. § 3145, and the requirements of 29 C.F.R. pt. 3 as may be applicable, which are incorporated by reference into this contract. 2. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the FEMA may be appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. 3. A breach of the contract clauses above may be grounds for termination of the contract, and for debarment as a Contractor and subcontractor as provided in 29 C.F.R. § 5.12. f. Compliance with the Contract Work Hours and Safety Standards Act 1. Overtime Requirements: No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or Design -Build Services for the Dinner Key Marina 15 RFP No. 18-19-005 Repairs and Restoration Project J. uU� 11110i • t. II O , ) i. Background Checks The Successful Proposer shall be required to comply with the background screening specifications as listed in the Jessica Lunsford Act, Florida Statue § 1012-32. The law requires that before contract personnel are permitted access on grounds when children are present, or if they will have direct contact with children, or have access to or control of school funds, they must have completed Level Two (2) screening requirements. Prior to commencement of the project, the Successful Proposer shall provide Level Two (2) background screening results for all employees completing the work on park grounds. Equal Employment Opportunity During the performance of any resulting contract from an RFP, the Proposer agrees as follows: 1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and the employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. 3) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representative of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 4) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. 5) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. 6) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions as may be imposed and remedies Design -Build Services for the Dinner Key Marina 17 RFP No. 18-19-005 Repairs and Restoration Project p. or employee of any agency, a member of Congress, officer, or employee of Congress, or an employee of a member of Congress in connection with obtaining any federal contract, grant, or any other award covered by 31 U.S.C. § 1352. Each tier shall also disclose any lobbying with non-federal funds that take place in connection with obtaining any federal award. Such disclosures are forwarded form tier to tier up to the recipient. Please refer to each ITQ for Federally Funded projects for the "Certification Regarding Lobbying" attachment. It is MANDATORY for the Proposers to return this form signed along with their bid. Procurement of Recovered Materials 1) In the performance of this contract, the Contractor shall make maximum use of products containing recovered materials that are EPA -designated items unless the product cannot be acquired; a. Competitively within a timeframe providing for compliance with the contract performance schedule; b. Meeting contract performance requirements; or c. At a reasonable price. 2) Information about this requirement, along with the list of EPA -designate items, is available at EPA's Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensive-procurement-quideiine-cpq-program. q. DHS, Seal, Logo, and Flags The Contractor shall not use the DHS seal(s), logos, crests, or reproductions of flags or likenesses of DHS agency officials without specific FEMA pre -approval. r. Compliance with Federal Law, Regulations, and Executive Orders This is an acknowledgement that FEMA financial assistance will be used to fund this contract only. The Contractor will comply with all applicable federal law, regulations, executive orders, FEMA policies, procedures, and directives. s. Access to Records 1) The Contractor agrees to provide the City of Miami, (insert name of project manager), the FEMA Administrator, the Comptroller General of the United States, or any of their authorized representatives access to any books, documents, papers, and records of the Contractor which are directly pertinent to this contract for the purposes of making audits, examinations, excerpts, and transcriptions. 2) The Contractor agrees to permit any of the foregoing parties to reproduce by any means whatsoever or to copy excerpts and transcriptions as reasonably needed. 3) The Contractor agrees to provide the FEMA Administrator or his authorized representatives' access to construction or other work sites pertaining to the work being completed under the contract. t. Suspension and Debarment 1) This contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). Design -Build Services for the Dinner Key Marina 19 RFP No. 18-19-005 Repairs and Restoration Project SECTION 2 RFP SCOPE OF SERVICES The City is seeking to procure a qualified and experienced Design -Build Firm to restore and/or replace the docks and utilities that were damaged at Dinner Key Marina by Hurricane Irma in September 2017. The overall project goal is to efficiently return the marina to operating conditions with the restoration and/or replacement of the following major components; 1) fixed concrete and timber dock structures, 2) fire protection system, 3) shore power, 4) lighting, 5) sewage pump - out, 6) domestic water and 7) communications/security system. The scope is divided into "hurricane" and "non -hurricane" repairs, and line items are included for optional improvements for mitigation purposes. 2.1. Project Background Dinner Key Marina is located at 3400 Pan American Drive in Miami, Florida. The marina generally consists of nine (9) piers constructed of fixed concrete docks with approximately 582 wet slips. The area along Coconut Grove in Biscayne Bay has a long history of waterfront use beginning with the Naval Air Station in 1918, and with the Pan American Seaplane Terminal from 1932 to 1945. The original terminal building is still utilized as City Hall housing the Commission Chambers and offices for elected officials and certain staff. The original marina constructed in the 1950's generally consisted of three main docks extending from the old seaplane terminal. The current marina facilities were constructed in the late 1980's, likely 1986. Piers 1-7 are fixed docks that are generally in an easterly orientation from the western shoreline of Biscayne Bay. Piers 8 and 9 are along the bulkheads, at the southern half of the marina area. The marina was extensively damaged by Hurricane Andrew in 1992. The marina was repaired/restored after that hurricane, and most of the shore power pedestals and electrical system were replaced. The marina was again damaged by Hurricane Wilma in 2005. The eastern end of Pier 3 was reconstructed along with the gates/lock systems at the entrance of each pier. In addition, the original timber decking (covering the utility chase) was replaced with fiberglass grating in 2006 time frame. Additional improvements have been completed at the marina including Maintenance dredging and more recently, the sewage pump -out system was replaced. Hurricane Irma was the strongest observed hurricane in the Atlantic in terms of maximum sustained winds, and it was the most intense hurricane to strike the continental U.S. since Hurricane Katrina in 2005. (Hurricane Michael just impacted the Florida panhandle as an intense hurricane, which may change some of the reference information once studies are completed). After causing extensive damage throughout the Caribbean as a Category 5 storm, the hurricane impacted the Florida Keys at Cudjoe Key on September 10, 2017. The hurricane again made landfall in southwest Florida in the Naples area. The USGS reported a peak storm surge measurement of 5.75 feet (NAVD) at Dinner Key at 9:51 pm on September 10, 2017. The hurricane submerged the docks and portions of the adjacent waterfront, subjecting the area to waves along with the high winds and heavy rainfall. The fixed main piers along with the timber finger docks were extensively damaged along with the marina utilities. 2.2 Project Location The project encompasses the wet slips at Dinner Key Marina along with some utilities along the adjacent upland waterfront below in Figure 2.2-1. Design -Build Services for the Dinner Key Marina 21 RFP No. 18-19-005 Repairs and Restoration Project 0.ANofb 444. • mot mitt • ! U , V Documents and the site of the proposed work carefully before submitting a proposal for the work contemplated and shall investigate the conditions to be encountered, as to the character, quality, and quantities of work to be performed, materials to be furnished and as to the requirements of all Contract Documents. The City does not guarantee the details pertaining to previous structural, utility, and/or other investigations as shown on any documents supplied by the City, including soil borings. The submission of a proposal is prima facie evidence that the Proposer has made an examination as described in this provision. Proposers shall examine boring data, existing utility data (including but not limited to, electrical, plumbing, mechanical and communication systems) where available, and make their own interpretation of the subsoil investigations, existing subsurface utilities and other preliminary data, and shall base their Proposal on their own opinion of the conditions likely to be encountered. 2.6 Design -Build Firm Responsibilities The Design -Build Firm shall be responsible for confirming the provided site and property surveys, underground utility locations (as applicable), condition assessment for repair and/or replacement quantities of the structural, plumbing, mechanical and communication trades, investigations that may be required to confirm driven pile means/methods and pile capacities, documentation of existing conditions in accordance with FDOT requirements, engineering designs for the trades required, construction inspections (including special inspections required by the City building permits), City of Miami building permitting, assistance with final Miami -Dade County DERM Class 1 Permitting, construction document preparation and subsequent approvals, and construction inspections on or before the project completion date indicated in the Technical Proposal. The Design Criteria Package (Attachment A) sets forth requirements regarding surveys, explorations, design, construction, and adjacent residential/commercial/municipal access during construction, requirements relative to project management, scheduling, and coordination with other agencies and entities such as state and local government, utilities and permitting agencies, and the public. The Design -Build Firm shall demonstrate best project management practices while working on this project, including but not limited to accounting and invoicing practices sufficient to meet state and City audit standards. These include communication with the City, regulatory agencies, adjacent property owners, and others as necessary for the best management of time and resources and for complete and accurate reimbursement submissions as the City is receiving partial funding from FEMA, which is distributed through the state. 2.7 Project Requirements and Provisions for Work A. Governing Regulations: The services performed by the Design -Build Firm shall be in compliance with all applicable building and municipal codes including, but not limited to, the State of Florida, Miami -Dade County, the City of Miami, and other regulations that may be required in addition to the requirements specified in this RFP. The Design -Build Firm shall use as the primary standard, the City of Miami Engineering Standards for Design and Construction: http://www.miamigov.com/Public Works/pdfs/EnqineerinqStandards.pdf. The Design Criteria Professional (DCP) will initiate environmental permitting for the Project through Miami -Dade County (DERM Class 1), Florida DEP, and the U.S. Army Corps of Engineers. The Design -Build Firm will be responsible for assisting with the completion of Design -Build Services for the Dinner Key Marina 23 RFP No. 18-19-005 Repairs and Restoration Project permit applications and the acquisition of all applicable City related permits shall be the responsibility of the Design -Builder. Should it be required, the Design -Build Firm shall attend and represent the City at public hearings, presentations to the Board of City Commissioners or any other City Board, for project review and approval purposes. d. Florida Power and Light Co. ("FPL"): The Design -Build Firm shall be responsible for coordinating with FPL for the electrical service at the shore -side connections. Existing transformers and service is partially operational after the hurricane. The Design -Build Firm shall coordinate and conduct meetings with FPL to review the electrical plans and associated power Toads for the marina restoration. Any required FPL service agreement costs (if applicable) will be reimbursed by the City through the permitting fee allowance. The Design -Build Firm shall coordinate with FPL in a timely manner to ensure sufficient power is available once the electrical systems have been constructed and inspected by the City. e. Communications: The Design -Build Firm shall coordinate with the telephone and internet service providers to provide the required service as outlined in the DCP. Any required service upgrade costs by the service providers shall be reimbursed by the City through the City permitting fee allowance. The Design -Build Firm shall coordinate with the service provider(s) in a timely manner to ensure service is available once the marina wet slip communication systems have been constructed and inspected by the City. The Design -Build Firm shall obtain permits (with the exception of the environmental permits through the U.S. Army Corps of Engineers, Florida DEP, and DERM Class 1) while acting as an authorized agent or authorized representative for the "City" for permitting purposes only. Any fines levied on the Design -Build Firm by permitting agencies due to noncompliance, shall be the sole responsibility of the Design -Builder. B. Survey: The Design -Build Firm shall perform topographic surveying, construction layout, and mapping services necessary to confirm existing conditions and to complete the design and construction aspects of this project. Survey and mapping work must also comply with all pertinent Florida Statutes and applicable rules in the Florida Administrative Code. This work must comply with the Minimum Technical Standards for Professional Surveyors and Mappers, Chapter 5J-17, Florida Administrative Code (F.A.C.), pursuant to Section 472.027, Florida Statutes (F.S.), and any special instructions from the City. The Design - Build Firm will also be responsible for conducting an "as -built" survey that will be processed through the agencies with jurisdiction as well as the City to confirm the project was constructed in conformance with the issued permits. C. Verification of Existing Conditions: The Design -Build Firm shall be responsible for verification of existing conditions. By execution of the Contract, the Design -Build Firm specifically acknowledges and agrees that the Design -Build Firm is being compensated for performing adequate investigations of existing site conditions, including subsurface investigations, sufficient to support the design developed by the Design -Build Firm and that any information being provided is merely to assist the Design -Build Firm in completing adequate site investigations. Notwithstanding any other provision in the contract documents to the contrary, no additional compensation will be paid in the event of any inaccuracies in the preliminary information. Design -Build Services for the Dinner Key Marina 25 RFP No. 18-19-005 Repairs and Restoration Project A. In addition, the Design -Build Firm shall submit signed and sealed post - construction surveys the City. B. The Design -Build Firm shall complete the Record Set as the project is being constructed. The record set becomes the "as -built" at the end of the project. All design changes shall be signed and sealed by the Engineer of Record. The record set shall reflect all changes initiated by the Design -Build Firm or the City in the form of revisions. The record set shall be submitted on a Final Project CD upon project completion along with one (1) signed and sealed hard copy. The City shall review the record set prior to Final Acceptance in order to accept the record set. 2. Milestones: In addition to various submittals mentioned throughout this document, the Design -Build Firm shall submit monthly project status reports, including, but not limited to, schedule updates and aerial photographs of progress. E. Contract Duration: The Design -Build Firm shall establish the contract duration for the subject project. In no event shall the contract duration exceed Three Hundred Sixty -Five (365) calendar days for substantial completion with an additional Thirty (30) calendar days for final completion, unless approved by the City. The schedule supporting the proposed contract duration will be submitted with the Technical Proposal and should identify the work activity durations in calendar days. The Proposed Contract Time (PCT) reflected in the schedule may be amended in the Proposal. The official PCT will be the one submitted with the Price Proposal. F. Project Schedule, Limitations: The minimum number of activities shall be those listed below: ■ Award Date ■ Pile Driving Investigations (as applicable) • Design Surveys and Field Assessment of Conditions ■ Design Durations ■ Design Submittals (at 30%, 60% and 100% levels of completion) • Design Reviews by the City • Building Permit Processing • DERM CORE Processing • DERM Class 1 Permit — process completion • FPL Service Coordination • Communications Service Coordination • Miami -Dade WASD Coordination • Start of Construction • Materials Quality Tracking Design -Build Services for the Dinner Key Marina 27 RFP No. 18-19-005 Repairs and Restoration Project • ,.,,,lu..,,. * „ C 0 p `V 2. Public Meetings: The Design -Build Firm shall provide all support necessary for the City to hold various public meetings to ensure that good communication is maintained throughout the project. The following procedures have been developed and shall be adhered to at a minimum: 1 . A notice of proposed work and announcement of public information meeting will be advertised in periodicals, posted on bulletin boards, etc., at least 60 days before the start of work in each area. 2. At least 30 days before the start of work in each section of the marina, a public information meeting will be held for the marina customers and interested local residents in the area where work will occur to discuss issues specific to those areas. 3. Ongoing meetings will be held to discuss and resolve issues encountered during the work. For any of the above type meetings the Design -Build Firm shall provide all technical assistance, data, and information necessary for the City to produce display boards, printed material, video graphics, computerized graphics, etc., ongoing cost information and information necessary for the day-to-day exchange of information with the public, all agencies, and elected officials in order to keep them informed as to the progress, costs and impacts that the proposed Project will create. This includes workshops, information meetings, and public hearings. The Design -Build Firm shall, on an as -needed basis, attend the meetings with an appropriate number of his personnel to assist the City. The Design -Build Firm shall forward all requests for group meetings to the City. The Design -Build Firm shall inform the City of any meetings with individuals that occur without prior notice. 3. Public Workshops, Information Meetings: The Design -Build Firm shall provide all the support services listed in No. 2, Public Meetings, above. All legal/display ads announcing workshops, information meetings, and public meetings will be prepared and paid for by the City. The City will be responsible for the legal/display advertisements for design concept acceptance. The City will also be responsible for preparing and mailing (includes postage) all letters announcing workshops and information meetings. 4. Public Involvement Data: The Design -Build Firm is responsible for the following: • Coordinating with the City. • Identifying possible permit and review agencies and providing names and contact information for these agencies to the City. • Providing required expertise (staff members) to assist the City on an as -needed basis. • Preparing color graphic renderings and/or computer generated graphics to depict the proposed improvements for coordination with the City and other agencies. The collection of public input occurs throughout the life of the project and requires maintaining files, newspaper clippings, letters, and especially direct contacts before, Design -Build Services for the Dinner Key Marina 29 RFP No. 18-19-005 Repairs and Restoration Project L. Computer Automation: The Design -Build Firm will be required to submit final documents and files, which shall include complete Computer -Aided Design and Drafting (CADD) design and coordinate geometry files in electronic format. M. Quality Control: The Design -Build Firm shall be responsible for providing QC. Construction inspection will be provided by the City. N. Testing: The Design -Build Firm shall be responsible for all materials testing. The City or its representatives will not perform verification -testing services. However, the City reserves the right to perform inspections and testing for verification of compliance with the approved drawings and specifications. O. Adjoining Construction Projects or Events: The Design -Build Firm shall be responsible for coordinating construction activities with other construction projects or events that will be impacted or may be impacted by this project. This includes projects or events under the jurisdiction of the City. 2.7 Design and Construction Criteria: A. General: The Design -Build Firm shall be responsible for detailed plan checking as described in the RFP, and in the Design and Construction criteria. Before construction activities can begin, signed and sealed design plans and calculations supporting the design must be reviewed by the City and/or designee. Submittals shall be complete along with all the supporting information necessary for review. Upon approval by the City, the plans will be stamped "Released for Construction" and initialed and dated by the reviewer. Any construction initiated by the Design -Build Firm prior to receiving signed and sealed plans stamped "Released for Construction" shall be at the sole risk of the Design -Builder. B. Utility Coordination: The Design -Build Firm shall utilize a single dedicated person responsible for managing all utility coordination. This person shall be contractually referred to as the Utility Coordination Manager and shall be identified in the Design -Builder's proposal. The Design -Build Firm shall notify the City in writing of any change in the identity of the Utility Coordination Manager. The Design -Builder's Utility Coordination Manager shall be responsible for managing all utility coordination, including, but not limited to, the following: 1. Ensuring that all utility coordination and activities are conducted in accordance with the DCP and the requirements of the Contract documents. 2. Identifying all existing utilities and coordinating any new installations, if required. Reviewing proposed utility permit application packages and recommending approval/disapproval of each permit application based on the compatibility of the permit as related to the Design -Builder's plans. 3. Scheduling utility meetings, keeping and distribution of minutes of all utility meetings, and ensuring expedient follow-up on all unresolved issues. Design -Build Services for the Dinner Key Marina 31 RFP No. 18-19-005 Repairs and Restoration Project 0.0 OA t!! 0 RN The design calculations shall include, but not be limited to the following data: • Design standards • Design calculations ■ Documentation of decisions ■ Survey details 3. Survey Details The DCP provides the surveys completed by the City to date that include Specific Purpose, topographic, hydrographic and marine resource survey data. The Design -Build Firm shall perform sufficient surveying to verify the information and data required for design and for completiori of the permitting process. The Design -Build Firm shall perform a Pre -Construction Survey with the use of video and still photography on the existing dock structures, utilities, and adjacent waterfront areas in accordance with FDOT Specification 108. Specifications for each property adjacent to the work areas, identifying the existing structural conditions of the property or any other improvement of such property may be affected by the work. No construction operations will be allowed until the Pre -Construction Survey is completed and submitted to the City. Once the work activities are complete for a phase of the marina, the Design - Build Firm shall perform a Post -Construction Survey and compare with the Pre -Construction Survey identifying any new or additional damage to the property, or to any improvements on such property, as compared to the Pre - Construction Survey. Provide the City with a copy of the Post -Construction Survey and the Specialty Engineer's assessment indicating the presence of damage or no damage, and in the event of damage, the Specialty Engineer's assessment of whether the observed damage in relation to the Pre - Construction Survey is or is not the result of the Design -Build Firm's work. Where no new or additional damage is identified in the Post- Construction Survey, the Design -Build Firm's Specialty Engineer shall, within 30 calendar days, certify no damage was caused by the work. Where new or additional damage is identified in the Post -Construction Survey, the Design -Build Firm's Specialty Engineer shall, within 30 calendar days, determine if the damage could be reasonably attributable to the Design -Build Firm's work, and if such is the case, repair the damage within 30 days. Furnish Post -Construction Survey and related certifications as described above to the City prior to the date of final acceptance per the Contract. 4. Reimbursement Reporting The Design -Build Firm shall be responsible for the preparation, in collaboration with the City's Finance Department, of all reimbursement packages required by FEMA for all intents and purposes of appropriate reimbursements. Design -Build Services for the Dinner Key Marina 33 RFP No. 18-19-005 Repairs and Restoration Project adjacent landowners shall occur. Closure plans shall be developed and submitted to the City and well in advance of anticipated closure dates. I. Environmental Services/Permits: The Design -Build Firm shall be responsible for preparing designs and proposing construction methods that are consistent with the existing permits. J. Landscape Plans: The Design -Build Firm shall relocate and/or restore existing landscaping impacted by the construction and replace same when work is completed. K. Health and Safety: The Design -Build Firm shall utilize a single dedicated person responsible for health and safety throughout the performance of the work to implement, monitor, and enforce the Site Safety Plan. This person shall be contractually referred to as the Health and Safety Manager and shall be identified in the Design -Builder's proposal. The Health and Safety Manager shall have no other duties. The Design -Build Firm shall notify the City in writing of any change in the identity of the Health and Safety Manager. The Health and Safety Manager shall be approved by the City. Design -Build Services for the Dinner Key Marina 35 RFP No. 18-19-005 Repairs and Restoration Project include documentation substantiating the above stated as part of its Response for the City to consider crediting the years of experience from the Proposer under its previous name. In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years. The General Contractor must have a proven record of successfully completing projects consisting of the following components: marine demolition, marine construction, marine structural repairs (i.e. spalls, cracks, etc.), pile driving and associated dock construction, marina utilities (including state-of-the-art shore power distribution and pedestals, utility service installation, security/communication systems, marina fire protection, sewage pump -out, and marina plumbing), conducting marine construction in operating marinas while minimizing disruption to marina customers and conducting construction for public projects. The General Contractor must have a proven track record of coordination of the trades required for structural, mechanical, plumbing, and electrical work required for the marina rehabilitation. Each Proposer interested in responding to this RFP shall provide information on the firm's qualifications and experience, qualifications of the project team, members, and staff on previous work of similar scope and complexity. For the City to consider a referenced project as complete, the Proposer shall provide documentation of completion. Copies of such documentation shall be provided for each project being submitted to demonstrate meeting the Minimum Requirements. See Section 4.0 "Instructions for Submitting a Proposal: Submission Requirements" for further direction. Proposals that do not completely adhere to all requirements may be considered non -responsive and eliminated from the process. Additional submission qualifications may be stated in Section 4.0, "Instructions for Submitting a Proposal." Failure to include all documentation required above with the Response, will result in a determination of non -responsive. As excerpted from Section 287.055, Florida Statutes: "Design -build firm" means a partnership, corporation, or other legal entity that: 1. Is certified under s. 489.119 to engage in contracting through a certified or registered general contractor or a certified or registered building contractor as the qualifying agent; or 2. Is certified under s. 471.023 to practice or to offer to practice engineering; certified under s. 481.219 to practice or to offer to practice architecture; or certified under s. 481.319 to practice or to offer to practice landscape architecture. (i) A "design -build contract" means a single contract with a design -build firm for the design and construction of a public construction project. Q) A "design criteria package" means concise, performance -oriented drawings or specifications of the public construction project. The purpose of the design criteria package is to furnish sufficient information to permit design -build firms to prepare a bid or a response to an agency's request for proposal, or to permit an agency to enter into a negotiated design -build contract. The design criteria package must specify performance -based criteria for the public construction project, including the legal description of Design -Build Services for the Dinner Key Marina 37 RFP No. 18-19-005 Repairs and Restoration Project • Health and Safety Manager Minimum Qualifications for the Key Personnel shall consist of the following: • Project Manager shall have a minimum of five (5) years of experience (e.g., responsible for directing and coordinating all activities throughout the life of the project) for at least three (3) projects of similar scope and complexity (e.g., marina construction or redevelopment for marina facilities greater than 50 wet slips). The Project Manager is not expected to be on -site at all times. • Construction Manager shall have a minimum of five (5) years of experience serving as a construction manager (e.g., responsible for the principal and lead person on -site planning, coordination, and control of the project, daily management of construction activities and personnel and administration of the construction contract) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. The Construction Manager is expected to be on -site a minimum of 60% of the time. • Structural Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. • Fire Protection Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in anotherstate(s), and have initiated the process to obtain the Florida P.E., the license from the other state(s) must be submitted at the time of submission of the proposal. • Plumbing Engineer shall be a professional engineer (PE) licensed in the State of Florida with a minimum of five (5) years of experience (e.g., responsible for creating drawings and specifications, performing calculations, reviewing the work of other engineers and observing construction activities) for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), preferably with municipal/county project experience. This requirement must be met prior to submission of a proposal in response to this RFP. In the event this Key Personnel met/exceeded the requirements noted above in another state(s), and have initiated Design -Build Services for the Dinner Key Marina 39 RFP No. 18-19-005 Repairs and Restoration Project and knowledge of City, County, FDOT, or other utility agreements, standards, policies, and procedures. • Health and Safety Manager shall have a minimum of five (5) years of experience serving as a health and safety manager for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities, preferably with municipal/county project experience) possess a current certification in cardiopulmonary resuscitation (CPR) and multimedia first aid (and attended refresher training within the past 12 months), knowledge of emergency preparedness techniques and considerations, including onsite accidents/exposure, procedures for medical emergencies and heat stress and cold stress prevention, symptomology, and treatment, specific familiarity with OSHA regulations for general industry (29 CFR 1910) and the construction industry (29 CFR 1926). OSHA 10-hour Construction Safety training preferred, experience in implementing the above -cited OSHA regulations as a designated Health and Safety Manager, experience working on marine construction sites, experience with the types of activities that will be conducted at the Site. Subsequent to submission of a Response and prior to award of a Contract, Key Personnel shall not be changed. Respondents shall not change any member of their Key Personnel without just cause and must obtain prior written approval by the City's Project Manager. The City reserves the right to request additional documentation as required by the RFP. If the City does not accept the proposed change, the Response will be rejected and not considered for award. All references required above, and offered by the Design -Build Firm to attest to its own previous project experience, as well as that of its sub-consultants/sub-contractors, must be included in the Design -Builder's Proposal. References forms will not be unlocked, and must be filled out either in handwritten form or typed manually, and signed in original by the project's Owner. Failure to submit the reference forms will result in the Proposal being deemed non -responsive. D. Field Personnel The Design -Builder's field personnel, including applicable Key Personnel, shall have completed 40-Hour HAZWOPER OSHA Training (OSHA 29 CFR 1910.120(e)(4) and possess a current certification. 3.6 Public Entity Crimes In accordance with Section 287.133, Florida Statutes, a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a response on a contract to provide any goods or services to a public entity, may not submit a response on a contract with a public entity for the construction or repair of a public building or public work, may not submit responses on leases of real property to a public entity, may not be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Section 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Proposer shall result in rejection of the Response, cancellation of the Contract (if awarded) and may result in Proposer's debarment. Design -Build Services for the Dinner Key Marina 41 RFP No. 18-19-005 Repairs and Restoration Project 3.13. Public Records Design -Build Firm/consultant/provider shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records." IF THE PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDSc MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE PROPOSER MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI DEPARTMENT WHO IS ADMINISTERING THIS CONTRACT. 3.14. Conflict of Interest Proposers, by responding to this RFP, certify that to the best of their knowledge or belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFP. Any such interests on the part of the Proposer or its employees must be disclosed in writing to the City. Further, Proposers must disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock in the Proposer firm. 3.15. Debarred/Suspended Vendors An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not a) submit a response on a contract to provide goods or services to a public entity; b) may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) may not submit response on leases of real property to a public entity, may not award or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under contract with any public entity; and d) may not transact business with any public entity. 3.16. Non-discrimination Proposer agrees that it shall not discriminate as to race, sex, color, age, religion, national origin, marital status, or disability in connection with its performance under this RFP. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, sex, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity. 3.17. Conflict Of Interest, and Unethical Business Practice Prohibitions Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Contract and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the Contract. 3.18. Community Business Enterprise Requirements The City Manager or designee has made a written finding that deems the requirements of the Community Business Enterprise requirements set forth in Section 18-87(p), City Code, are not applicable to this Request for Proposals due to unique nature of the highly specialized work being required. The city manager or designee deems the requirements unfeasible prior to issuance of the competitive selection document in which case the requirements of this section will be stated as not being applicable in the competitive selection document; unfeasible prior to issuance of the Design -Build Services for the Dinner Key Marina 43 RFP No. 18-19-005 Repairs and Restoration Project 4:" 0,y t 000* • 4, 0 It SECTION 4 INSTRUCTIONS FOR SUBMITTING A RESPONSE Submit the following information and documents with Proposer's Response to this RFP. Failure to do so may deem your Response non -responsive. Non -responsive submittals will receive no further consideration. 4.1. Submission Requirements Each Proposal (Step 1 and Step 2) must contain the documents and forms required by Sections 4.1.A and 4.1.B, as appropriate, each fully completed, and signed as required. Proposers shall prepare their Proposals utilizing the same format outlined below in Section 4.1.C. A tabbed divider identifying the corresponding section number shall separate each section of the Proposal as stipulated in 4.1.C. Proposers are not to submit any information in response to this RFP that has not been requested, or which the Proposer considers confidential. Submission of any confidential information will be deemed a waiver of any confidentiality or other such protection, which would otherwise be available to the Proposer, except as specifically permitted under Florida Statute. Proposers are not to include any documents not specifically required or requested, including, but not limited to; media and public relations literature, annual reports, pictures, etc. Such documentation will not be considered and will be redacted from the copies provided to the Evaluation Committee. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. Page limitations may be established for each City Form as well as other documents. Any pages submitted in excess of the page limitations will be redacted or removed and not provided to the Evaluation Committee. The font size and type for City Forms are set and cannot be changed. Proposer shall use the font style Times New Roman or Arial, with a font size of 11 or 12, with normal margins and spacing, for any other information or documents being submitted. The original Proposal document package must not be bound; however, spiral binding and binder clips are acceptable for the submission of the document copies. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 1 (qualifications and experience only, from all interested Proposers) must be received by the Submission Due Date specified in this RFP. One (1) unbound original and six (6) copies in digital format (on CD-ROM or USB in .pdf file format) of the complete Step 2 (Technical and Price Proposals for Base and Additive Alternatives) must be received from teams shortlisted for oral presentations on a date to be determined at the appropriate time, and notified accordingly. The Price Proposal (Base and Additive Alternatives) must be submitted in a separate sealed envelope or package (refer to Section 1.2). Proposers should also make every effort to utilize recycled paper in preparing its proposal. Double -sided printing is permitted, provided that the Proposal complies with the format set forth in Sections 4.A and 4.C. Do not include additional information not requested in this RFP, unless specified in the form of an Addendum. This RFP requires the use and submission of specific City forms. These City forms shall not be expanded or altered. Additional pages may be added, unless the form specifically states that pages cannot be added. If applicable, additional pages must be labeled with the solicitation number and as a continuation of the City form(s). Failure to utilize the City Forms will result in the rejection of the Proposal as non- responsive. Design -Build Services for the Dinner Key Marina 45 RFP No. 18-19-005 Repairs and Restoration Project STEP 1 - Qualifications of the Design -Build Team (Open to all Proposers) Table of Contents 1. Proposal Cover Letter (Form RFP-PCL, maximum 1 page) Proposer shall complete and submit Form RFP-PL for this section of the Response. 2. Proposal Narrative (Form RFP-PN. maximum 2 pages) Narrative is to explain the specific reasons why the Proposer is the most qualified and best choice to be awarded this Project. Proposer shall use RFP-N. 3. Qualifications of the Proposer (Form RFP-QP) Proposer shall complete and submit Form RFP-QP for this section of its Proposal. The Proposer shall be licensed, registered, and a practicing General Contractor or Marine Contractor, authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted which demonstrates the Proposer's ability to satisfy all of the minimum qualification requirements identified in Section 3.5, "Minimum Qualification Requirements." Proposers must disclose, in detail, any and all judgments, suits, claims, arbitrations, and back charges asserted or awarded against the Proposer or any proposed Sub- Consultant/Sub-Contractor in the past seven (7) years where the threshold exceeded one hundred thousand dollars ($100,000). Proposals that do not contain such documentation may be deemed non -responsive. No company brochures are to be included as part of the Proposal (1 form — 3 pages maximum). 4. Experience of the Proposer (Form RFP-EP) Proposer shall complete and submit Form RFP-EP for this section of its Proposal to provide a comprehensive summary of the Proposer's experience and qualifications in providing services of equal or greater scope, size, and complexity that best represent its ability to complete the Project. The Proposer MUST have served as General Contractor or Marine Contractor and have the minimum experience required in Section 3.5, "Minimum Qualification Requirements," above. Proposers shall submit referenced projects including: client name, address, phone number, description of work, the year the project was commenced and completed, total construction cost, the number of full time personnel assigned to the project, and the total value of the project in terms of the entire cost, including design. Failure to submit the three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities within the past eight (8) years, shall result in a non -responsive determination for the Proposal. 5. Qualifications of the Lead Engineer/Design Manager (Form RFP-QLE) Proposer shall complete and submit Form RFP-QLE for this section of its Proposal. The Lead Engineer/Design Manager shall be a licensed, registered, and practicing engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity), as of Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted which demonstrates the Lead Engineer/Design Design -Build Services for the Dinner Key Marina 47 RFP No. 18-19-005 Repairs and Restoration Project project description(s), a brief description of the scope, and the final cost of the Project (Maximum 1 page for this listing). 9. List of Governmental Projects Provide a listing of governmental projects requiring funding and reporting compliance (e.g., grants, loans, etc.) (Maximum 1 page for this listing). 10. Proposer's Organizational Chart Organization chart of the Project Team indicating Key Personnel and their relationship(s). 11. Form C-1 List of Subconsultants/Subcontractors 12. Insurance Capability Letter 13. Letter from Bonding Surety 14. Joint Venture Form (if applicable) 15. Acknowledgement of Addenda, Reference Documents, and Proposer Information Forms (Section 6.0) and Attachments • Signed Addenda • RFP Information Forms Certificate of Authority • Debarment and Suspension Forms, Acknowledgement of Reference Documents, Exhibits and Attachments Note: OSHA HAZWOPEAR 40 hour Course training (that meets 29 CFR 1910.120) is a requirement if the project, and as such, proof of completion for both the 40-hour training and any subsequent annual 8-hour refresher training is required. STEP 2 — Technical Proposal of the Design -Build Team (Open to Shortlisted Teams) ENVELOPE 1 Table of Contents 1. Design and Construction Approach and Process Proposer shall complete and submit Form RFP-DCAP for this section of its Response. Proposers shall demonstrate how the project will be implemented with requirements pursuant to the intended Design -Build Contract. The Proposers shall demonstrate knowledge of the project objectives/goals and existing field conditions, identify potential design and construction/build issues, and present a comprehensive plan for completing the specified work established in Section 2.0 RFP Scope of Services. The Response should demonstrate efficient use of manpower, materials, equipment, design methodology, construction methodology, and techniques for completing the project efficiently within the constraints outlined in Section 2.0 - RFP Scope of Services and the attached Contract. Design -Build Services for the Dinner Key Marina 49 RFP No. 18-19-005 Repairs and Restoration Project C' OF I II I 0 Rev ENVELOPE 2 (Separate from Technical Proposal) 1. Price Proposal Form (shall be submitted in a separate sealed envelope or package; refer to Section 2B above for submission of Price Proposal) 1.1 Submission of Price Proposal The Price Proposal shall be submitted in a separate sealed envelope concurrent with the submittal of the Technical Proposal, utilizing the Price Proposal Form. The Price Proposal shall consist of line item costs for design and construction of the project described in Section 2.0 - RFP Scope of Services, supported by separate costs for design and construction. The Price Proposal shall be based upon and include any and all costs or expenses to be incurred by the Proposer in completing all aspects of the design - build Project, including but not limited to design, plans approval, permitting, construction, certification, close-out and start-up of the Project. The Price Proposal, in addition to all direct costs and expenses, shall include all other costs and expenses including but not limited to such costs as the Proposer's general, administrative and overhead costs; project management and supervisory costs; all fees, charges and taxes; labor, direct and indirect payroll costs; insurance and bond costs; cost of equipment, material, tools and transportation; and operating margin (profit). Price Proposals are submitted for the purposes of determining the Successful Proposer and establish the maximum potential value of the Contract to be awarded by the City. The City, at its sole discretion, may conduct further negotiations to determine the final value of the Contract to be awarded and may request a detailed proposed schedule of values based on the Price Proposal. Price Proposals shall be submitted in separate sealed envelopes or containers from the Base Proposal and the Additive Alternatives Proposal. Envelopes must be clearly marked to identify each Proposal. 1.2 Proposal Errors Where Price Proposal Forms have erasures or corrections, the Proposer must initial each erasure or correction in ink. In case of unit Price Proposal items, if an error is committed in the extension of an item, the written unit price as shown on the Price Proposal Form will govern. Errors between any sum, computed by the Proposer and the correct sum will be resolved in favor of the correct sum. Any discrepancy between words and numbers will be resolved in favor of the written word. Use of any other forms will result in the rejection of the Response as non -responsive. 1.3 Cost and Pricing Data The City may require the successful Proposer to provide, for itself, Subconsultant(s), and Subcontractor(s), any or all of the following documentation to support the Price Proposal as a condition precedent to execution of a Contract. ■ Current audited financial statement(s) for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead and a statement of profit or operating margin requested. Design -Build Services for the Dinner Key Marina 51 RFP No. 18-19-005 Repairs and Restoration Project 4. RFP-EP — Experience of Proposer 5. RFP-QLE — Qualifications of Lead Engineer/Design Manager 6. RFP-ELE — Experience of Lead Engineer/Design Manager 7. RFP-EKP — Experience of Team's Key Personnel (plus Resumes showing qualifications) • Project Manager ■ Construction Manager • Structural Engineer ■ Fire Protection Engineer • Plumbing Engineer • Electrical Engineer ■ Special Inspector(s) — as required for each trade • Quality Assurance/Quality Control (QA/QC) Manager • Utility Coordination Manager • Health and Safety Manager 8. List of similar projects where Key Personnel have worked together previously 9. Listing of governmental projects requiring funding and reporting compliance (e.g., grants, loans, etc.) 10. Proposer's Organizational Chart 11. Form C-1 - List of Subconsultants/Subcontractors 12. Insurance Capability Letter 13. Letter from Bonding Surety 14. Joint Venture Form (if applicable) 15. Acknowledgement of Addenda and Proposer Information Forms (Section 6.0) STEP 2 — Technical Proposal of the Desiqn-Build Team (Open to Shortlisted Teams ENVELOPE 1 Table of Contents 1. RFP-DCAP — Design and Construction Approach and Process 2. RFP-TCM — Technical Capabilities and Methodology 3. Project Schedule 4. Professional Licenses 5. State of Florida Corporate Certificate 6. Business Tax Receipt(s) ENVELOPE 2 1. Price Proposal Form shall be submitted in a separate sealed envelope or package (Refer to Section 2B above for submission of Price Proposal) 2. Price Proposal Bond shall be submitted in the same envelope or package containing the Price Proposal Form. Design -Build Services for the Dinner Key Marina 53 RFP No. 18-19-005 Repairs and Restoration Project Throughout this RFP, the phrases "must" and "shall" will denote mandatory requirements. Any Response that does not meet the mandatory requirements is subject to immediate disqualification. It is the policy of the City that the Successful Proposers register as a BidderNendor indicating the commodities/services, which the Proposer can regularly supply to the City. Should the Successful Proposer not be currently listed on the City's Proposer/bidder's list, they may register via the internet at: http://www.miamigov.com/Procurement/paqes/SupplierCorner/default.asp. For any questions, contact the Department of Procurement at (305) 416-1902 or via email at FPonassi(a)miamigov.com. Proposers shall be registered as a BidderNendor prior to submitting its Response. It is the sole responsibility of the Proposer(s) to insure that they are properly registered with the City. Design -Build Services for the Dinner Key Marina 55 RFP No. 18-19-005 Repairs and Restoration Project 11. Review and due diligence on each Step 2 Proposal performed by Procurement Staff, to confirm that the Proposer's Team is qualified to render the required services in accordance with the requirements of the RFP. 12. The Committee shall meet to evaluate, score, and rank each responsive Technical Proposal (Base Proposal and Additive Alternatives) in accordance with the requirements of the RFP, and based upon the evaluation criteria specified herein. 13. Subsequent to completing oral presentations, the sealed Price Proposal envelopes will be opened by Procurement staff at the Committee meeting. 14. Procurement staff will calculate the score for each Price Proposal remaining in consideration, in accordance with the methodology stated in Section 4. Technical Scores, in addition to the Price Scores, will be tallied for each Proposal, and the composite scores will be given to the Committee. 15. The Committee reserves the right to rank the Proposals, and will forward its recommendation of the highest ranked, responsive, and responsible Proposer to the City Manager, inclusive of the ranking of all Proposals, requesting the authorization to negotiate. No Proposer shall have any rights against the City arising from such negotiations. 16. After considering the recommendation of the Committee, the City Manager reserves the right to reject the Committee's recommendations to negotiate, and instruct the Committee to re-evaluate and make another recommendation, provide additional information as to the ranking of the Proposals, or reject all Proposals and cancel or re -issue the solicitation. No Proposer shall have any rights against the City arising from such termination thereof. 17. If the City Manager accepts the Committee's recommendations to negotiate, Procurement and a Negotiation Committee composed by three (3) members of the Evaluation Committee will negotiate the final contract with the Successful Proposer. Upon successful negotiation of a Contract, Procurement will submit a recommendation to award a contract to the City Manager. The City Manager will then submit his or her award recommendation and negotiated contract to the City Commission for approval. Written notice shall be provided to all Proposers. 18. In the event that Procurement is unable to successfully negotiate a Contract with the top ranked Proposer, Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement and the Negotiation Committee enter into negotiations with the next highest ranked Proposer, and so forth, until a Contract is negotiated. 19. If the City Manager accepts the award recommendation, the City Manager's recommendation for award of the contract will be posted, in rank order, on the OCI webpage: htto://www.miamigov.com/Capitalimprovements/pages/ProcurementOpportunities/ Default.asp. 20. After reviewing the City Manager's recommendation, the City Commission may: a) Approve the City Manager's recommendation and negotiated contract(s); b) Reject the contract and all Proposals; Design -Build Services for the Dinner Key Marina 57 RFP No. 18-19-005 Repairs and Restoration Project SECTION 6 RFP RESPONSE FORMS 6.1. RFP INFORMATION FORM RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFP 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 RFP, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature Design -Build Services for the Dinner Key Marina 59 RFP No. 18-19-005 Repairs and Restoration Project 6.1.b - CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Response dated, 20 , to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project STATE OF COUNTY OF 6.1.d - CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) } ) SS: I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, as of the Limited Liability Corporation be and is hereby authorized to execute the Response dated, 20 , to the City of Miami official act and deed of this Limited Liability Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 63 RFP No. 18-19-005 Repairs and Restoration Project 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 (3) years. The City Manager shall also have the authority to suspend a contractor or Design - Build Firm from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (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). Design -Build Services for the Dinner Key Marina 65 RFP No. 18-19-005 Repairs and Restoration Project The selected firm is required by State and/or Federal law to make representations and certifications listed in Section 2.0 — RFP Scope of Services ("Exhibit A") as part of the Proposal and Contract upon award. It is understood by the firm that the representations and certifications made herein are a part of the Contract and that, in addition to all other remedies provided by law, a false or fraudulent representation or certifications shall be a breach of Contract. The firm certifies by completing and signing below, that he or she has read Section 2.0 — RFP Scope of Services and the certified signature constitutes an endorsement and execution of each representation and certification as though each was individually signed. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 67 RFP No. 18-19-005 Repairs and Restoration Project STATE OF FLORIDA SS COUNTY OF MIAMI-DADE 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 Ordinance 13331 on behalf of Proposer Firm named therein in favor of the City. Subscribed and Sworn to before me this day of 20 My commission expires: Notary Public, State of Florida at Large Bonded by Design -Build Services for the Dinner Key Marina 69 RFP No. 18-19-005 Repairs and Restoration Project AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venturer in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venturer relevant to the joint venture, by authorized representatives of the City. Any material misrepresentation will be grounds for terminating any Contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: Design -Build Services for the Dinner Key Marina 71 RFP No. 18-19-005 Repairs and Restoration Project lit xamti ADDENDUM No. 4 December 4, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. CLARIFICATIONS: 1. A new Specific Purpose Survey, prepared by Olin Hydrographic Solutions, Inc., dated 8/16/18, is included as part of this addendum. 2. Contrary to what is indicated on pages 52 and 53 of the RFP document, the Price Proposal Bond (Bid Bond) shall be submitted within the contents of Step 2 Proposal, Envelope 1, Technical Proposal. Step 2 Proposal, Envelope 2 must contain the Price Proposal Form, only. 3. All updated • documents can be downloaded at http://www.ci. miami.fl.us/MiamiCapital/NewBidsandProposals. html. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami N'3' 44 C1.29' -�.:± 35.1e• ^2:11' 32' 50'E 1E0.56 u' 33 06'E 25053 '6' 32' 5,E 52525 574 35 42'E 17.01 45' 24 23'E 307.75 `S14. 24' 40'E 56954 30 25'E 69" -N55. 24 43t 323.T9 3 13' 25.31' WBW IC 24.49' SPECIFIC PURPOSE SU! VEY SUBMERGED LAND 5S<cc 'Ss3.3B TIIF DEED NO. 19448 BOOK 3130, PAGE 260 MIAMI DADE RECORDS 547':9' 27'W 265 31 N2542'2516' -- W90'S3'19 56' MA OfSULRS94 NAAWEROEO WO,: AIL litAl Wuv SOMOROEDIANO SIC.. 21,0 1RH, 27, koD1 eoloiDEDON Warm[rNRIXpiNnn ., RM WOOD Siam ril.O.WOsuuu4O Vs ssrnawttO MONO THE • Ea�xH0fRtor NgmEaST to noSOYOUSRAtr ROpXTgN or 114E xaa.EssnRSr Rq.ia[ war ux[ 114ESCNxwESrn TawuniNSlwx MOturnaft Of rot EW114WLMErwWxO[rta To▪ o' TRIZT Or 'Mi. if Lot weL a0, AaslpanO TO rM wai O[ tort Joon a0SOK.!MOn,ASnomoft RUT toc soP.BEtuw .07.66Dt WORM of »Wi6wuN RumWnrv, nw:w IMMO.pxralwrxulrnboa WEpvnw:rsmNSKTwnrMaa NAN6 nnOFLOW MrE1EW [• Wan MO. DE uxAM eke. Ora! WORLOOPOOMSMOON NA O POW. pxLIAOITrnIfO n DOPOR4-1' ni001. [I. OF 19Ok LATTroOf uHMRE news ip.RD[ 6L4ONOs.wppnWrn WE WAME no. ¢aRpW.iEf SODOM ON SMO DCCVVEN. WIRER[EIrKE.° lot WOO[ MUM of mOS Only GRAPHIC SCALE :torn-505n CLIENT Mo7Ea11 3 Nichol 2937 SW 2791 AVENUE 5MMe 101A Coconut Grove, Florida 33133 0/in Hvdrographic Solutions, MC. 290O Caluva St, Miami, Florida. 33133 C ,nnlfing Engmrrr -v. Survey,.; d Al Rpo/g. a.NEmuciurr.•'alSet •'Em Pb rr 49'344ASNN Foe �',ILS041/1 [8':a99 rs• 0437 PROJECT DINNER KEY MARINA SURVEY TITLE "'ECLFIC PURPOSE • °yC a •�/r•, aI r a Ia l 1 SPECIFIC PU ,'- • ✓ •4r a 4; I I!' POSE SURVEY UTILITY .SURVEY MATCH LINE SHEET 3 PIER 4 I I o r of r a I Q I J rgR41. r f r Af I f r NJ / a r Ia a J I PJf f a I JP f J 1,4, f I/J, I Ir i alrlia4,1i; }Sr }aLe }�11'.r r♦ a eap -1r� G•r A.1}/'�aI! Ira r 17 +" IC �I 1 I is r a I +a I a !/ A I r a Y I+ 'PIER E I,IRa���l I x I I fa I r a a r r f a ✓/ J Ira I a as a I iIMOIIIiMIIII IGII1LIiK. NICAIPrJORMOIIIIGi .. _.INI1G.. IIIMI1O11IIIlUSi111111 i41111111i11111111Ri6111iitil r� }��, a✓ uses r a ✓ a e A I.. r... �.. _ ." _. _ _ I YI AJ r♦ a 1 a I a r ra r J IiS MATCH LINE SHEET 5 • a r At r as I ✓ P rzg • ar/ LEGEND - RATER VINE 79' S' X He-NN • ELEC-RICAL HA+IO HOLE ^S. ae-Imo - STREET UCHr • PRE SERTCE ELECTRICAL TRAHSFORNCR I^L • UGH/ PEDESTAL TTP. a r • SHORE UMITY SERVICE zI PrOFS7at 71R + + X nr-° • STREET LIGHT NANO HOLE O o•tl-IP• PEOEST7I40 LIGHT PEDESTAL H CO • E1NI1ARv CLEAN Out X .10-unk • 14410.10M1 OR OIYAGEC ELECTRICµ SERVICE D DOH DRUVAOF HANHIXF O IRG.-CS 1R047,(01 CONTROL DOk P g1+3-II CRDUND LIGHT GRAPHIC SCALE CLIENT Molted d Nichol 2937 SW 27ih AVENUE Suite 101A Coconut Grove, Nelda 33133 OGn Hydrographoc Solutions, inc. 2900 ['mitt.. St, Mip,ni. Florida- 33133 ( r..ulnng Engine,ing. Surveying Et Al pprng.and! virrirmeinalServlre, c..m alw.lavx+ r.tv tPa1II Ia ,ems rI _. PROJECT DINNER KEY `RNA SURPPr rrTL! SPEC FIC PURPC.E 6.1.a - CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF - LOS?-1-0A ) SS: S`f C- O S ?_c) COUNTY OF V-Al NaD iF I HEREBY CERTIFY that a meeting of the Board of Directors of Dock and Marine Construction State of Florida , held on December passed and adopted: , a corporation existing under the laws of the 5 , 2018 , the following resolution was duly "RESOLVED, that Glen Larson , as President of the Corporation, be and is hereby authorized to execute the Response dated, December 6 , 2018 , 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." 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 5th day of December 2018 . Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 60 RFP No. 18-19-005 Repairs and Restoration Project RFP RESPONSE FORMS RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFP 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 RFP, and certify that I am authorized to sign for the Proposer's firm. I certify that I have accepted, evaluated, and included as part of this RFP, all documents, forms, and attachments. Please print the following and sign your name: Dock and Marine Construction Firm's Name 752 N.E. 79th Street Principal Business Address 305-751-9911 Telephone 305-751-4825 Fax glarson@dockandmarine.net E-mail address Glen Larson Name President Title Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 68 RFP No. 18-19-005 Repairs and Restoration Project 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 (3) years. The City Manager shall also have the authority to suspend a contractor or Design - Build Firm from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. Certification: (c) 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). Design -Build Services for the Dinner Key Marina 65 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Edgewater Resources, LLC Signature: Date: ecember 5, 20T8 *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 66 RFP No. 18-19-005 Repairs and Restoration Project 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 (3) years. The City Manager shall also have the authority to suspend a contractor or Design - Build Firm from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. Certification: (c) 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). Design -Build Services for the Dinner Key Marina 65 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Signature: Date: *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 66 RFP No. 18-19-005 Repairs and Restoration Project The selected firm is required by State and/or Federal law to make representations and certifications listed in Section 2.0 — RFP Scope of Services ("Exhibit A") as part of the Proposal and Contract upon award. It is understood by the firm that the representations and certifications made herein are a part of the Contract and that, in addition to all other remedies provided by law, a false or fraudulent representation or certifications shall be a breach of Contract. The firm certifies by completing and signing below, that he or she has read Section 2.0 — RFP Scope of Services and the certified signature constitutes an endorsement and execution of each representation and certification as though each was individually signed. Please print the following and sign your name: Dock and Marine Construction Firm's Name 752 N.E. 79th Street Miami, FI 33138 Principal Business Address 305-751-9911 Telephone 305-751-4825 Fax glarson@dockandmarine.net E-mail address Glen Larson Name President Title Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 67 RFP No. 18-19-005 Repairs and Restoration Project STATE OF FLORIDA COUNTY OF MIAMI-DADE ) SS I0Rp Before �, a Notary Public duly commissioned, qualified and acting personally, appeared ( 'S ler) / ,o r , o iV 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 Ordinance 13331 on behalf of Proposer Firm named therein in favor of the City. Subscribed and Sworn to before me this 6th day of December 2018 . My commission expires: ] - ! - 2 2 lG- 2°2_z- Bonded by C.Lc -\©k-o.s-- Notary Public, State of Florida at Large CHRISTIE HURLEY 0' 7 f ��n Commission # GG 238766 �,� � Commission Expires07.16-2022 r 0 '` �� c Bonded Through - Cynanotary �F�° Florida • Notary Public Design -Build Services for the Dinner Key Marina 69 RFP No. 18-19-005 Repairs and Restoration Project Section 15 OSHA Completion Certificate Business Tax Receipt RFP Number 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project This Proposal has been printed on recycled paper Safety Systems Emergency Counter -Measure Services Presents Tliis Certificate Of Compliance To Brian QieI ers for the completion of a four -day, forty -hour "Expanded Learning" Training Program entitled... HAZ MAT LEAK, SPILL & FIRE CONTROL! (A Haz Mat Operations & Technician Level Compliance Training Program Including Department of Homeland Security Applicable WMD Operations.) Program instruction meets or exceeds the guidelines as set forth or contained in... OSHA (29 CFR); EPA (40 CFR); DOT (49 CFR); USCG (33 CFR); NFPA (471-472); IAFF; NIOSH; CDC; DHS; SERC...applicable mandates or recommended standards and practices for Haz Mat First Responder Operations And Technician Level Compliance. Conducted at... Safety Systems' Training Facility, Suwannee County, Florida. fed ruary 21-24, 2006 Ronaldore, Presi ent William F. Walters, Vice President 1 (1 r DNISION OF STATE FIRE MARSHAL BUREAU OF FIRE STANDARDS AND TRAINING 140222 Hereby Awards This Certificate of Competency to STATE FIRE MARSHAL BRIAN S. RIEKERS by virtue of satisfactory completion of all component parts of the course entitled . HAZARDOUS MATERIAL TECHNICIAN Issued This 6th Day of July, 2007 as authorized by Florida Statutes and prescribed by the Florida Division of State Fire Marshal BUREAU CHIEF CT R 003894 Local'Busness Tex Rece Miami -Dade eau nty State .of Florida: -THiS1S'NOT A BILL; NOT PAY.. • : 7162688 BUSINESS NAME/LOCATION DOCK AND MARINE'CONSTRIicTION CORD 752 NE 79TH rST MIAMI :FL 33.138; OWNER DOCK AND MARINE CONSTRUCTION CORP C/O GGLEN LARSON Worker(s) 30 001781 RECEIPT NO..: RENEWAL. 7440751,. SEC. TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC1521069 EXPIRES . SEPTEMB.ER 30, 2019 Nlust;ke displayed at;place of business Pursuant thalo'unty Code Chapter8A-Arl;.9 PAYMENT;HECEIVED By TAX COLLECTOR $105,00 08/30/2018 FPPU14-18-022851 This;Local Business Tax Receipt only confirms payment of the Veal Business Tax. The Receiptls not a license, peimit.ei;a csrtlfioatlon.of the holder'nqualificatiojis, to do business. Holder must comply With any g0ve►nmsetal or hongovommeatal regulatory links arid requirements which apply to the husineas, The: RECEIPTNtI, above reveille displayed oq_all commercial Vehicles -. Miami -Dade Code Sec Sa-276. Formoreirriormation, visit. www.mtamidade.govltexcellecter :::'': Local Business Tax iecei, Miami -Dade County,. Stateof Florida' THIS IS NOT A BILL =:00 NOT PAY ` A726742 :BUSINESS NAMB/L'OCATION. GLEN : LARSON MUNICIPALITIES WC COMMERCIAL LESSORSFL 33888 OWNER GLEN LARSON 4 RECEIPT NO,, :RENEWAL'.SEPTEMBER;30, 2019. • 4935608 . Must be displayed at pace o#business Pursuant to County Code • Chapter 8A . Art. 9 & 1 O EXPIRES PAYMENT RECEIVED,... BY TAX COLLECTOR $75.00 08/30/2018 Aggregate sq. ft. 3 000 ;FPPU 14-=18-022851 Thin t.oual Business Tax Receipt ontyconflrms payment of the 1,o0e1 Business Tax. The Receipt is not a license, .petokgacertifioation of the holder s mialifications, to do business. Holder must comply with.any governmental . or nongovernmental regulatory laws and iequiraraents which appiy to the buslnoss :' The RECEIPT NO.'above mustbe dispFayed an all commerciaivehicles. •Cade Sec lia-276. Fortnum information, visit www.miamidade.gov/taxoellector SEC. TYPE OF BUSINESS 192 COMMERCL/INDUST/OFFICE SPACE '003894 Local. Business Tax Receipt Miami Dade:County, State of Florida :THIS IS NOTA BILL =DO NOT PAY 7162688 - BUSINESS IdAMi LOCATtoN DOCK AND MARINE CONSTRUCTION CORP 752 NE 79111 ST ' MIAMJ FL 33138 OWNER DOCKAND MARINE CONSTRUCTION CORP C/O GPI LARSON Worker(s) 30 001781 RECEIPT NO. RENEWAL 744®751? I=Xf�1RES SEPTEMBER 30, 2019 Must be`disptayed at place pf business Purs'a0 to County Code 'Chaplet• BA - Art. 9 & 10 PAYMENT RECEIVED - BY TAX COLLECTOR $105.00 08/30/2018 FPPU 14-18-022851 This Lacaf Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, ar a certification afthe holder's qualifications, to do business, Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business' The RECEIPT NO. above must be displayed on all commercial vehicles - Miami -Dada Code Sec 8a-Z76. SEC. TYPE OF BUSINESS 196 GENERAL BUILDING CONTRACTOR CGC152f069 Far more information, visit www,miamidade,govRaxcollector Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 4726742 BUSINESS NAME/LOCATION GLEN. LARSON MUNIGPALI:TI.S LOC COMMERCIAL LESSORS FL'33888. OWNER GLEN LARSON Aggregate sq. ft 1 000 RECEIPT NO. LBT EXPIRES RENEWAL SEPTEMBER 30, 2019 4035608 Must be displayed at place of business Pursuant to County Code Chapter BA - Art. 9 & 10 SEC. TYPE OF BUSINESS 192 COMMERCIJINDUST/OFFICE SPACE PAYMENT RECEIVED BY TAX COLLECTOR $75.00 08/30/2018 FPPU 14-18--022851 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit, OIL a-cerificationof-theholder's qualifioetions,tode business. Holder must comply with any Momenta' or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must ha displayed on all commercial vehicles - Miami -Bade Code Sec 8a-276. For more Information, visit www,tnlamldade.aav/taxcollector MARINA UT I L I T I F s 1. Proposal Cover Letter (Form RFP-PCL) City of Miami, Department of Procurement Proposal Cover Letter - RFP-PCL RFP No.: RFP Title: Proposer: Name: Address: FEIN #: 18-19-005 Design -build Services for the Dinner Key Marina Repairs and Restoration Project Marina Utilities, Inc Robert MacDonald 1091 Harmony Park drive, Bonita Springs, FL, 34135 Florida Corporation No.: 260727997 P07000091180 Proposer's Contact Person: Robert MacDonald Title: President Telephone: 239-405-8877 E-Mail: robert@marinautilities.com Certification of Compliance with Minimum Qualification Requirement(s) 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 ail 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: Title: Signature: Date: Robert MacDonald President RFP-PCL Revised 10/25/18 MARINA UT ILITIES 2. Proposal Narrative (Form RFP-PN) RFP-PN Revised i0/25/18 City of Miami, Department of Procurement Proposal Narrative Form - RFP-PN RFP No.: 18-19-005 RFP Title: Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Proposer: Marina Utilities in the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4.1 (A){3) of the RFP. Marina Utilities was incorporated on August 8, 2007 as DLC Holdings with a subsequent name change to Marina Utilities, inc on October 26, 2007. We have been in operation continuously since that time under the same name, To date, we have an unblemished record of over 200 completed marina projects. We have satisfied customers in six different countries and seven different states, including many Federal, State and Municipal government projects. The company is currently licensed as a Certified General Contractor CGC1520652, Certified Plumbing Contractor CFC1427833 and Certified Electrical Contractor CEC13007713 within the State of Florida. The company was founded to provide the highest quality design -build utility solutions to the marina community. We specialize in marina construction and do not pursue business opportunities outside of the marina environment. Because of this, we know the building codes, as they apply to marinas, better than most engineers or even building officials. We offer design and installation services for electrical, sewer, potable water, fire standpipe, fire extinguisher and fuel dispensing systems specifically designed for marina applications. Due to our specialized focus on marina utilities, we have developed unique means and methods for the installation of the utilities in both fixed and floating dock applications. In addition to our means and methods, we have over time selected the highest quality components and materials that are uniquely able to withstand the highly corrosive salt water environment. No other firm that we know of has this unique combination of experience and a focused specialty on marina utility systems. We plan to use our experienced team of in-house professionals to manage a larger team of Quality companies which have been selected to deliver an outstanding finished product to the City of Miami. Our team has been carefully selected based on firsthand experience working together on projects in the past. Marina utilities has had the good fortune to work on many projects designed by engineers from Coastal Systems Engineering, RGD Engineers and REDI Engineering. In addition, we have worked on multiple projects with our structural partner, Ebsary Foundations. The selection of Structural Group as a specialty contractor and Bliss & Nyitray as the structural engineer are recommendations from Ebsary, based on previous experience. 1 RFP-PN Revised 10/25/18 City of Miami, Department of Procurement Proposal Narrative Form - RFP-PN Our lead engineer for this project will be Coastal Systems International, which has an established reputation for providing solutions to complex projects in the waterfront environment. For aver 20 years, Coastal has amassed significant experience in managing projects throughout Florida, the Caribbean and the Americas. Based in Miami, they will be readable available for general oversite of this project. RGD Consulting Engineers has been selected to provide engineering design and oversite for the electrical, plumbing and fire protection aspects of the project. RGD has completed designs for over 50 marina projects and Marina Utilities has been involved with at least 15 of those projects. REDI Engineering has been directly involved in almost every marina project completed by Marina Utilities over the last 11 years, over 200 marinas. The principal, Martin Reeb, will serve as a subconsultant for the utility design as well as the Special Inspector for the project as needed. Ebsary Foundations is, in our opinion, the most reputable marine contractor in the Miami area. They will be responsible for the replacement of the damaged pier sections as well as the replacement of the finger piers. The Structural Group has been retained to provide expert repairs to the spalled and damaged concrete sections of the marina. They specialize in this type of over the water marine repairs and are by far the best choice for the job at hand. The structural engineer, Bliss & Nyitray, has been selected based on a continued good working relationship with Ebsary Foundation. Bliss & Nyitray has a reputation for innovation, communication, competence and a knack for making the complex simple. To round out the team, AGC Electric has been selected as the electrical installer. AGC is based in Hialeah will provide the additional local manpower and electrical expertise required for an installation of this size within the time requirements of the proposal. AGC has an excellent track record and history of successful projects within Miami. We intend to provide the required marina specific electrical gear from Marina Electrical Equipment (MEE). MEE is recognized both Nationally and internationally as the leader in quality marina equipment. The quality and value of the pedestals, transformers and panel boards are unmatched by anyone in the industry and far superior to anything available locaity. Marina Utilities has put together a team that is comprised of the "best of the best" when it comes to marina design and construction. Our engineers and designers have experience directly with the design of utility systems for marinas, not just marina related work such as environmental permitting. Because of that, you will find our designs to be much more efficient than our competitors. Our team of contractors has the capabilities and experience to perform the work in an expedited time frame which will allow the City to return the marina to normal operations faster than other proposer. If selected, we are confident that our final proposal will provide the City with the rnost cost effective, highest quality and fastest installation schedule available. 2 MARINA UTILITIES 3. Qualifications of the Proposer (Form RFP-QP) City of Miami, Department of Procurement Qualifications of Proposer - RFP-QP Instructions This form is to be completed and submitted in accordance with the requirements of the RFP 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 refection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 15-19-005 RFP Title: Dinner they Marina Repairs and Restoration Name of Proposer: Marina Utilities, Inc. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Commercial installation of Utilities for Marinas - Water, sewer, electric, standpipe and fuel Type of Firm: Corporation 3 LLC ® Partnership ❑ Sole Proprietor❑ Joint VentureD Other Certified Small or Minority Owned Business: Yes No Issued by (name): Type of Ownership Certifications): Is this the Proposer's Office its main office? Yes ® No ❑ If No, please provide your main office location: Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑ No El If "Yes," indicate location of offices: Number of years in business under current name: I 1 If the Proposer has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: 6 Design/Build: 23 CM -at -Risk: 0 N/A In 7 0 Federal Government: 2 State/County/Municipal: 5 Name of Projects: Sec Attached list Residential/Residential High -Rise: 0 Office: 0 Mixed -Use: 0 Retail: ti LEED/Green Globe Certified: 0 Other (specify): Marinas - 40 Total in the past 5 years. RFP-QP Revised 10/25/18 City of Miami, Department of Procurement Qualifications of Proposer - RFP-QP List below the names of owners, officers, principals, and the principal -in -charge -of the Proposer's firm together with the title and percentage of ownership (add additional pages as necessary): Name Title % Ownership Robert MacDonald President 1 00% By signing below Proposer certifies that the information contained in Form RFP-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 ret the Response as non -responsive. Lure of Authoriz d Officer Bye �Lr I2/4/20! 8 Signature Date Robert MacDonald Printed Name President Title RFP-QP Revised 10/25/18 Marina Utilities, Inc. Completed Prjects List 2014-2018 Project Name Year Completed Design/Bid/ Build Design Build Private Sector Federal State/County/ Municipal CCAFB Poseidon Wharf 2014 X Air Force Ft Myers BCH Coast Guard Station 2014 Coast Guard cil ��11 517,1 IPA PAMPA 1,11..k1.0", W Harbourside Marina 2014 X WY. 7..IeROi1.4/P.ia. IYLVIJ thCY. ,,,,,,R=NMrl chlf.1. taMnamt.awr. Love Street Marina 2014 X =:a:--•",;,;.'.;:�';M.P.;7;.`:"' Maximo 2014 x Mna+ae.ua.Iarlrrrr Powerboat Squadron Marina Assn 2014 x ....."'y'.*' • --- .. Riv Dunes HOA 2014 X _.....�'""'"""`� Riviera Dunes Marina 2014 X _ _ Christophe Harbor 2015 H • ^- M- -^�^ - --�— Faro Blano Marina 2015 X Mangrove Bay Marina 2015 X Mariner's Cove 2015 X _ Maximo Phase ll 2015 X Pelican Harbor Marina 2015 X Miami -Dade 51ATLOl IUMW. Island Gardens 2016 x OIMIII IeIN1 O1 i4 W I LS% .ND I•I $ LSL[u1.L LTMI V.7..1 [a1a:I1F.lfC.+OMI,DI1Muy r—s wr+n Marina Grande Holly Hill 2016 X ,,,Ic•' 4r,;,:.',; Marina Palms 2016 x M,uaaru a,itotrerr Tampa Bay Yacht & Country Club 2016 X rrom „r,,,,r,,,,¢ Port of Tampa - Marine Public Safety Complex 2016 Part of Tampa Aqua Marina Palm Harbour 2017 H `'ti Aventura Yacht Club 2017 X Best Western Standpipe 2017 X Bird Key Yacht Club 2017 X Faro Blanco Electric Upgrade 2017 - X Jupiter Inlet Docks 2017 X Langford Landings 2017 x I Cfbpr Palm Bay Lime Slurry 2017 X 51T10g•In4 400flllWE SailFish Marina 2017 X OLP WA.R3f.ND 1U1ALSL0WI leGuift-rstrl ,u 07.110C,C.1.1.101MNG.0•110 St Charles Yacht Club 2017 x 1,0 I ... U W 4. ,....w••1.. ..M•+..-•y.4.• .flWf ,,,o,N,,,..,,Mb.,w,,I, Port of Tampa Fuel Upgrade P9 2017 Port of Tampa "warm no Math �.� �:.. w+...w ... r.. Water Club 2017 HLCtlalcamol•vrt , ;'"''tr''"W"":4... Calusa Island 2018 X Cocohatchee River Park Marina 2018 Collier County '-"••-•'w— •R•aR, ......,_..„-.,,-_..,,.,..r. ... Harbour Isles 2018 X Harbour Pointe 2018 X Moss Marina 2018 X Ocean Harbour 2018 X Pure Florida 2018 X Twin Dolphins 2018 X y City of Bradenton The Vue 2018 X Total Marinas 6 23 7 2 5 MARINA UTILITIES 4, Experience of the Proposer (Form RFP-EP) City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. Yes ❑ No Not Applicable x REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Albany Marina Adelaide Rd, Nassau, The Bahamas Name(s) and Role(s) of Proposer Working on this Reference Project: Reference Project Description: New Mega Yacht Manna scope of Services Provided: Installation of Water, Sewer, and Standpipe Systems on Docks Compensation for Services: $ 891,500 Project Construction Cost: $ 9mi_ 1 Proposer's Company Name: Marina Utilities, Inc. Proposers Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Start Date: / Project Completion Date: Construction Start Date: Construction Completion Date: 3/ 2010 9/2012 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: Sales@Marinatitilities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes ❑ No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes No Quality of Services Provided: ❑ Above Expectations* ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑ Yes X, No N/A Did the Proposer provide Construction Management Services? pi Yes No ❑ N/A Was the Proposer responsive to the Project Owner? Yes ❑ No I N/A Was the Proposer timely in its reviews and submittals? U Yes ❑ No ❑ N/A Reference Company Name: Bellingham Reference Contact Name: Neil Davis Reference Title/Position: Pro j ect Manager Reference Contact Signature: Reference Phone Number: 904 553 3232 Facsimile Number: E-mail:ndavis@bellingham RFP-EP Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Albany Marina is a 71-slip mega yacht marina located on the southwest side of Providence Island, Bahamas. Marina Utilities was involved in the project From initial concept al! the way through completion. The utilities were custom designed to handle the requirements of the mega yacht clientele. This included multiple voltage offerings as well as custom designed sewer system able to handle the larger boats. As with any project locatecl in the Islands, logistics played a major role in the success of the project. Every item, down to the last nut and bolt, that was required to complete the marina had to be preordered, packaged and shipped from the mainland prior to construction. Marina Utilities, with over 11 years' experience and over 200 marinas completed was uniquely equipped for the task. The job was completed successfully, on time and on budget. RFP-EP Revised 11/05/18 ~ Fbbbbbb City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSiRUrn0NS Proposer shall complete the follov.,ing information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5[A) of the RFP. Please provident least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S).APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirements) under Section 3.5(A) of the RFP. n Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: MVVR Marina, Naval Air Station, Jacksonville, FL Name(s) and Role(s) of Proposer Working on this Reference Project: Reference Project Description: Repair & Modernization MWR Marina, NAS Jacksonville, FL Scope of Services Provided: Installation of Water, Sewer, Standpipe, Electric, Fire Alar rr and Fuel Dispensing Systems on Docks Compensation for Services: $ 592,059 Project Construction Cost: $ 4,200,000 Proposer's Company Name: Marina Utilities, Inc. Proposer's Trtle/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Start Date: / Construction Start Date: 7 / 2012 Project Completion Date: / Construction Completion Date: 1/ 2013 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: Sales@MarinaUtilities.coni REFERENCE PROJECT INFORMATION (To be Completed by the Froject Owner) Project Completed on Time and within Budget : R1es n No Project Duration: If "No," was the 'Proposer at fault or did it contribute to the delays) or increased cost? ❑ Yes ❑ No Quality of Services Provided: rove Expectations* Li Average ❑ Below Expectations (') "Above Expectrdions- meads there were fewer errors and emissions than anticipated. Did the Proposer provide Project Management Services? ❑ Yes ❑ No EWA. Did the Proposer provide Construction Management Services? ❑ Yes ❑ No gaN'A Was the Proposer responsive to the Project Owner? [t5'es ❑ No I ! N/A Was the Proposer timely in its reviews and submittals? [,"des LI No ❑ N/A Reference Company Name: ;i-it..I1— t`°[4'V"A Reference Contact Name: ` 1'y =_,I.nn! 5 Reference Title/Position: 14ypK-41__ Reference Contact Signatures Reference Phone Number: Facsimile Number: 9oL-biz- 7r2Nia E-mail: No, J. C-co__ iry _ ry RFC'-EP Revised 11/05/1 a SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The existing marina at the Naval Air Station in Jacksonville, Florida was completely destroyed by hurricane. Marina Utilities was contracted to design and install a complete package of utilities including electric, potable water, fire standpipes, fire extinguishers, sewer purnp out and fuel tanks with dispensers on the docks. To minimize cost and facilitate the installation schedule, Marina Utilities subcontracted out the majority of the work and provided qualified, experienced supervisors onsite to oversee the work force. The marina was completed ahead of schedule, on budget with no change orders. To complete the project Marina Utilities subcontracted the following out: • Electrical: McGonigle Electric completed the electrical installation under our supervision • Fuel System: PMC completed the fuel system including the install of the underground tanks and piping system to the dispensers on the dock • Communications: Access logic installed the fire suppression alarm system at the marina • Structural: Big Dog Concrete was responsible for laying new concrete slabs on the project f2F P-EP Revised t'I1051113 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple i the "Project." The reference provided below should be for one (1) project and must comply with the requirements iiste. Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. x❑ Yes ❑ No I I Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) —111 Reference Project Name/Address: Island Gardens Marina, 888 MacArthur Causeway, Miami, FL 33132 Names) and Role(s) of Proposer Working on this Reference Project: Reference Project Description: New Mega Yacht Marina Scope of Services Provided: Installation of Water, Sewer, Standpipe and Electrical Systems on Docks Compensation for Services: $ 3,408,001 Project Construction Cost: $ 18mi l Proposer's Company Name: Marina Utilities, Inc. Proposer's Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Start Date: / Project Completion Date: Construction Start Date: Construction Completion Date: 9 / 2015 8/ 2016 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: Sales a@MarinaUtilities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : E Yes n No Project Duration: if "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: U Above Expectations* I Average n Below Expectations ( "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Flagstone Properties Reference Title/Position: Project Manager Reference Phone Number:954 253 5539 Facsimile Number: No ❑ Yes ❑ No N/A 0 Yes ❑ U N/A n Yes ❑ NoNo ❑ N/A U Yes n No ❑ N/A Reference Contact Name: Micheal Pelczar Reference Contact Signature: E mail: mpelczar@tlagstonec .com RFP- Revised 11/05 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETH EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). At the heart of Biscayne Bay, between !Downtown Miami and South Beach, Island Gardens is home to the most glamorous superyacht collection in the United States. Currently operating 5,0OO linear feet to host the world's largest yachts, Island Gardens Marina is North America's only rnarina designed excursively for mega -yacht dockage. Marina Utilities was contracted to provide the utility design and installation for this mega yacht marina. The marina presented many challenges including many permitting issues that were tied into the development of the upland site with high-rise towers. Marina Utilities worked closely with the ownership team to resolve and find alternative solutions to all issues that were presented. The installation of the utilities was facilitated by the subcontracting of the underground utility infrastructure, including power cables, water, sewer and fire supply lines. RFP- Revised 11/05 City of Miami, Department of Procurement Experience ofthe Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. n Yes ❑ No Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Port of Tampa Marine Public Safety Complex, 1555 Lehman St, Tampa, FL 33605 Name(s) and Role(s) of Proposer Working on this Reference Project: Reference Project Description: Scope of Services Provided: installation of Water, Sewer, Standpipe and Fuel Systems on Docks Compensation for Services: $ 535,170 Project Start Date: / Project Construction Cost: $ 1,900,000 Construction Start Date: 3/ 2016 Proposer's Company Name: Marina Utilities, Inc. Proposer's Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Completion Date: / Construction Completion Date: 8/ 2016 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: Sales@MarinaLJtilities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : 0 Yes I I N❑ Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: n Above Expectations* ❑ Average Below Expectations (`) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? No X❑ Yes n No ❑ N/A Did the Proposer provide Construction Management Services? X Yes E No N/A Was the Proposer responsive to the Project Owner? n Yes No n N/A Was the Proposer timely in its reviews and submittals? n Yes No ❑ N/A Reference Company Name: Orion Marine Construction Reference Contact Name: Mark C. Valenti, P.E., G.G.C. Reference Title/Position: Senior Project Manager Reference Contact Signature: Reference Phone Number: 813-835-2850 Facsimile Number: E-mail: MValenti@orionmarinegroup,com RFP-EP Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The new sheriff docks at the Port of Tampa, Marine Safety complex consist of a combination of fixed and floating docks, with large boat lifts along with a new boat ramp. Marina Utilities was contracted to provide turn key design build services for all the utilities intruding a new fuel system with above ground storage tanks. With the installation of the aboveground fuel tanks the Lead Engineer was introduced to Victaulic brand stainless steel fuel rated clamps to use with the above ground stainless steel pipe. The Victaulic clamps allowed for a much quicker and neater installation than using threaded pipe and avoided any potential leaking From the threaded connections. The client was completely overwhelmed with the final product. Marina Utilities continues to innovate and develop new product applications specifically for the marina environment. RFP-EP Revised 11/05/18 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the REP, Yes ❑ No n Not Applicable x REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Christophe Harbor, Suncrest, Basseterre, St Kitts & Nevis Names) and Role(s) of Proposer Working on this Reference Project: Reference Project Description: New Mega Yacht Marina scope of Services Provided: installation of Water, Sewer, Fuel, Communications and Electrical Systems on Docks Compensation for Services: $ 2,331,350 Project Start Date: / Project Construction Cost: $ 15,000,000 Proposer's Company Name: Marina Utilities, Inc. Proposer's Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Completion Date: / Construction Start Date: Construction Completion Date: 10/ 2014 4/ 2015 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: Sales@MarinaUtilities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget :El Yes U No Project Duration: tf "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: E Above Expectations* ❑ Average Below Expectations i=) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? U Yes Did the Proposer provide Construction Management Services? j Yes Was the Proposer responsive to the Project Owner? x❑ Yes Was the Proposer timely in its reviews and submittals? 0 Yes Reference Company Name: American Bridge Reference Title/Position: Project Engineer Reference Phone Number: Facsimile No ❑ No ❑ N/A No ❑ N/A N/A ❑ No No 11 N/A Reference Contact Name: Paul Michalak Reference Contact Signature: Number: E-mail: pmichafak@amerincahridge.net RFP-EP Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THiS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Marina at Christophe Harbour, on the Island of St Kitts, offers secure alongside mooring, 2417 (lockage access, a deep -water harbour with wide turning basin, in -slip fueling, and ample power for superyachts up to 250 ft. Marina Utilities was contracted to provide complete design build services for the installation of all utilities in the marina. Marina Utilities is the recognized international expert when dealing with the requirements of mega yacht marinas anywhere in the world. For this marina, we custom designed low rise power .stations that were capable of supplying the power requirements of the large yachts. In addition, all utility usage is metered and can be monitored remotely through Wi-fi by any authorized user in the world. The fuel system for this project was designed to deliver up to 120 gprti at each slip allowing the yachts to refuel while remaining at berth. Normal high-speed fueling rates are 40 gpm. Our team completed the project with no delays and no change orders. RFP-EP Revised 11 /05/18 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the 'Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the REP. ❑x Yes No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Bird Key Yacht Club Name(s) and Role(s) of Proposer Working on this Reference Project: Robert MacDonald Reference Project Description: BKYC Repairs and Upgrades Scope of Services Provided: Installation of Water, Sewer, Standpipe, Electric and Fuel Systems Compensation for Services: $ 526,389 Project Construction Cost: $ 1,800,000 Proposer's Company Name: Marina Utilities, Inc. Proposer's Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Start Date: Construction Start Date: 6 / 2016 Project Completion Date: Construction Completion Date: 11/ 2016 Company's Contact Name: Robert MacDonald Company's Contact Phone Number 239-405-8877 Company's Contact E-mail: BKYC Repairs and Upgrades REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Tirne and within Budget : n Yes n No Project Duration: If "No," was the Proposer at fault or did it contribute to the delays) or increased cost? ❑ Yes Quality of Services Provided: L Above Expectations* ❑ Average Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Reference Company Name: Duncan Seawall Dock and Boat Lift Reference Title/Position: General Manager Reference Phone Number: (941) 351-1553 Facsimile Number: [X] Yes ❑ No Q Yes I No Yes ❑ No No x Yes No N/A ❑ N/A N/A n N/A Reference Contact Name: Steve Porter Reference Contact Signature: E-mail: steveporter@duncanseawall.com RFP-EP Revised 11 /05118 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Bird Key Yacht Club is a 42 slip marina located in Sarasota Florida. The existing marina was experiencing seawall failures and lacked the utility infrastructure to support more modern vessels. Marina Utilities was contracted to replace the utility systems with new, state of the art systems. Marina Utilities self -performed the design of all the utility systems. In addition, Marina Utilities self -performed the installation of the electrical and piping systems on the docks. To facilitate the schedule and meet the clients requirements, Marina Utilities subcontracted out the underground electrical feeds from the street, all structural concrete requirements and underground utility connections with the local utility providers to qualified local contractors. RFP-EP Revised 11/05/18 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (1.0) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects, FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirements) under Section 3.5(A) of the RFP. © Yes U No Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Stock Island Marina Name(s) and Role(s) of Proposer Working on this Reference Project: Robert MacDonald Reference Project Description: Utilities for New Docks at Stock Island Marina Scope of Services Provided: Installation of Water, Electric and Stantpipe Systems Compensation for Services: $ 124,950 Project Construction Cost: $ 8,000,000 Proposers Company Name MarinaUtilitie Proposer's Title/Position: President Company's Contact Facsimile Number: 23 s, Inc 9-405-8878 Project Start Date: / Project Completion Date: Construction Start Date: 9 / 2013 Construction Completion Date: 12 / 2013 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: sales@marinautilities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : Yes n No Project Duration: if "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? n Yes Quality of Services Provided: 1 Above Expectations* Average ❑ Below Expectations ({) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposer timely in its reviews and submittals? Yes Reference Company Name: Marino Construction Reference Title/Position: Owner Reference Phone Number: 305.359.5269 Facsimile Number: ] Yes Yes E Yes PC ❑ No No ❑ No No r No N/A U N/A N/A N/A Reference Contact Name: Mike Marino Reference Contact Signature: E-mail: mmarinc@marine-construction.com RFP-EP Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). - Stock Island Marina Village consist of 220 wet slips that can accommodate vessels up to 300' in length. Marina Utilities was contracted to design and install the utilities for the mega yacht slips at the marina. The installation was facilitated with the use of subcontractors, primarily on the electrical installation. Marina Utilities self -performed the piping installations and provided all materials and equipment required to complete the job. RFP-EP Revised 11/05/18 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.S(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. ❑ Yes El No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Tarpon Pier Name(s) and Roles) of Proposer Working on this Reference Project: Robert MacDonald Reference Project Description: 2fi2,626 Scope of Services Provided: installation of Water, Sewer, ELectrical and Standpipe Systems Compensation for Services: $ 262,626 Project Start Date: ,' Project Completion Date: Project Construction Cost: $ 2,000,000 Construction Start Date: 2 / 2013 Proposer's Company Name: Marina Utilities, Inc. Proposer's Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Construction Completion Date: 5 / 2013 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: sales@marinautilities.com REFERENCE PROJECT INFORMATION (To be completed by the Project Owner) Project Completed on Time and within Budget : EX Yes n No Project Duration: If "No," was the Proposer at fault or did it contribute to the delays) or increased cost? ❑ Yes Quality of Services Provided: X Above Expectations* n Average Below Expectations (*)"Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Did the Proposer provide Construction Management Services? Was the Proposer responsive to the Project Owner? Was the Proposertimely in its reviews and submittals? Reference Company Name: Ebsary Foundation Reference Title/Position: Vice President Reference Phone Number:305-726-5244 Facsimile Number: No U Yes ❑ No N/A [ Yes No N/A 0 Yes ❑ No N/A Yes No n N/A Reference Contact Name: Matt Shiring Reference Contact Signature: E-mail: matt@ebsaryfoundationco.com RFP-EP Revised 11/05/18 SPACE BELOW !S TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE, PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The City of Key West, Garrison Bight marina, consist of five piers. Marina Utilities was contracted to replace the utilities at the largest of the piers, Tarpon pier. Marina Utilities worked closely with Ebsary Foundations on this project to provide the City with a high -quality finished product. The installation of the electrical utilities was subcontracted out by Marina Utilities to a qualified local provider. All other utilities, including fire protection, potable water and sewer pump out were self -performed. RFP-EP Revised 11/05/18 \ F . ... City of Miami, Department of Procurement Experience of the Proposer/Reference Form RFP-EP INSTRUCTIONS Proposer shall complete the foliawing information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the -Prefect." The reference provided beloti., should be for one O.j project and must comply with the reguiremenis listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NONRESPONSIVE. REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Gempletettby•the Proposer) -- This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. Q Yes Li No U Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: St Charles Yacht Club Marina, 15900 St Charles Harbour Blvd, Fort Myers, FL 33908 Name(s) and Role(s) of Proposer Working on this Reference Project: Reference Project Description. 2017 Dock Replacement scope of Services Provided: Installation of Water, Sewer, Standpipe and Fuel Dispensing Systems on Docks Compensation for Services: $ 464,178 Project Construction Cost: $ 290,891 Proposer's Company Name: Marina Utilities, Inc. Proposer's Title/Position: President Company's Contact Facsimile Number: 239-405-8878 Project Start Date: / Project Completion Date: 1 Construction Start Date: Construction Completion Date: 77 2017 6/ 2018 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: Safes a@MarinaUIilities.corn REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed an Time and within Budget : L} Yes ❑ No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? Yes ❑ No Quality of Services Provided: ® Above Expectations* ❑ Average ❑ Below Expectations (•) "Above Expectations' means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Yes Did the Proposer provide Construction Management Services? Yes Was the Proposer responsive to the Project Owner? 0 Yes Was the Proposer timely in its reviews and submittals? LI Yes Reference Company Name: Reference Title/Position: 1 ' cr j / ; r•_ a S r Reference Phone Number: L. _ Li.- • , c 7 Facsimile Number: 22-C7 - 7,(57'5 ❑ No ❑ No ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A 51 e-H4 LS ?' '1c r? r / Lt.;, Reference Contact Narne: JC AEr-: •5 . L,Tr Reference Contact Signature: r. ;'.1 -f 71",. r• a r tt E-mail: J hit . it etS,ic 7.3ez,}r1?7Citj,C'4r1L RFP-EP Revised 11/05/18 SPACE BELOW 15 TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, ❑R AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). 5t. Charles Yacht Club is a large, deep water marina located in a beautifully sheltered cove easily accessible from the Gulf of Mexico, Intercoastal Waterway and Caloosahatchee River, in Ft Myers, Florida. There are 65 slips that can accommodate yachts up to 78'. Marina Utilities was contracted directly to the owners to provide turn key design build services For the replacement marina. The install of all the utilities at St Chaves Yacht Club included the following: = Water • Sewer + Fire Protection • Fuel ▪ Electrical The Marina was completed on time and within budget and the client's expectations were exceeded.. Marina Utilities subcontracted out the underground utilities and the structural concrete work associated with the project. RFP-EP Revised 11/05/18 MARINA UTILITIES 5. Qualifications of the Lead Engineer/ Design Manager (Form RFP-QLE) City of Miami, Department of Procurement Qualifications of Lead Engineer/Design Manager - RFP-QLE Instructions This form is to be completed and submitted in accordance with the requirements of the RFP to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-=g-005 RFP Title: Design -Build Services for the Dinner Key Marina Repairs Name of Lead Engineer/Design Manager: Andres Perez, P.E. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Residential. Residential Nigh -Rise, Mixed -Use, Park Facilities, and Marine Structures. Type of Firrrt: Corporation x❑ LLC ❑ Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other 0 Certified Small or Minority Owned Business: Yes 0 No 0 issued by (name): Type of Ownership Certification(s): Is this the Lead Engineer/Design Manager's main office? Yes 0 No ® If No, please provide your main office location: Will the Lead Engineer/Design Manager rely on any other branch or subsidiary office to perform the work? Yes NoJ if "Yes,- indicate location of offices: Number of years in business under current name: 24 . if the Lead Engineer/Design Manager has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design/Bid/Build: 28 Design/Build: 3 CM -at -Risk: 0 N/A ❑ Private Sector: 115 Federal Government: 0 State/County/Municipal: 12 Dinner Key Manna_ Dinner Key Mooring Fre1d, Droner Key Spa+ Islands fvlanne Scum Arena City of Miami: 26 Name of Projects: Manatee fiend. Kennedy Refl... Bayrva:k FeasrOriy. Museum Park Lame Ves3el Moo.nj q Residential/Residential High -Rise: 0 Office: 0 Mixed -Use 0 Retail: 0 LEED/Green Globe Certified: 0 Other (specify): Coastal permitting for public/private development, public sector breach management, environmental permitting, marine structural engineering for marinas and waterfront. site/civil engineerinq_for private development and public parks. RFP-OLE Revised 10 25Jt $ City of Miami, Department of Procurement Qualifications of Lead Engineer/Design Manager - RFP-QLE List below the names of owners, officers, principals, and the principal -in -charge of the Lead EngineerlDesign Manager's firm together with the title and percentage of ownership (add additional pages as necessary): By acc any By: Name Title ° Ownership R. Harvey Sasso President, Principal 100% gning ielow Lead Engine r/Design Manager certifies that the information contained in Form RFP-OLE is _ate an .rreci. Lead Engi eer/Qesign Manager further certifies that it is aware that it the City determines that f the in + ation is incorrect`er false the City may at its sole discretion reject the Response as non -responsive. Signature .•f Authoriz- • Officer iL� f i Date President Title RFP-QLE Revised 10/25/18 Coastal Systems International, Inc. Coastal Systems International, Inc. (Coastal Systems) has an established reputation for planning effective strategies and delivering complex projects in coastal and other waterfront environments. For over 20 years, Coastal Systems has helped clients realize their vision by engineering and securing environmental permits for cost-effective solutions relative to mooring fields, marinas, beaches, coastal structures, environmental/ecosystem enhancement and restoration, streetscapes, public parks and open spaces, and other specialized projects. Our firm specializes in the design of engineered waterfront environments. We have amassed significant experience in completing projects with unique designs and requiring construction under challenging conditions. Coastal Systems provides field -to -finish services with top quality hydrographic surveying, coastal/waterfront/civil engineering, marine environmental, constriction administration, master planning and regulatory permitting capabilities in-house. Coastal Systems began as a specialized coastal engineering and regulatory permitting firm in South Florida in the mid 1980's. Over the years, the firm has expanded our professional services provided to include: • Coastal Engineering • Civil Engineering • Coastal Resilience • Marine Environmental • Construction Management • Waterfront & Marinas • Regulatory Permitting • Site Investigations • Destination Planning and Development As part of our business growth strategy in Florida, Coastal Systems opened regional offices in West Palm Beach in 2007 and Tallahassee in 2015. These offices are staffed to serve clients in South, Central and North Florida. The company maintains a diversified staff of 30+ individuals, including specialized Project Managers, Engineers, Marine Scientists, and Surveyors. Our team is dedicated to serving clients with a multi -disciplined approach, while ensuring diligent and personalized service. The firm is uniquely organized with field investigation, engineering and environmental/permitting teams to provide ail of the technical elements required for coastal and waterfront project implementation. Marina Experience The marina engineering team at Coastal Systems has a proven track record with numerous marina and docking facility projects successfully completed in Florida, the Caribbean, and the Americas. For over 20 years, the firm has conducted environmental and technical feasibility studies for planning purposes, and has subsequently designed and permitted dozens of marinas and other recreational enhancement projects over or near the water in Florida, for both public and private clients. The marina team specializes in coastal projects and megayacht facility designs throughout Florida and the Caribbean. From 1 slip to 250 slips, the team has the capability and experience of providing innovative solutions to marina projects. From the initial planning phase and environmental assessments all the way to final design and construction, Coastal Systems, along with the Project Team, can assist the City with all of the required services. Our team of 30+ professionals combines the expertise of the firm and provided the full range of environmental, coastal, structural and utility engineering services for a cost-effective approach to marina design. Coastal Systems focuses on the unique, creating innovative designs that also provide environmental habitat as part of the project mitigation efforts. The team is meticulous in specifying marine construction materials for maximum service life and minimal maintenance. The marina design team prepares marina project approaches that comply with regulatory requirements while continuing to meet and exceed the City's objectives. Florida Board of Professional Engineers 2639 North Monroe Street, Suite B-112 Tallahassee, FL 32303-5268 Coastal Systems International Inc 464 S DIXIE HWY CORAL GABLES, FL 331460000 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original, a certified copy, or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face, or because the genuineness of the document is uncertain, or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date, please call (850) 521-0500, or write, Florida Board of Professional Engineers, 2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail: board@fbpc.org. Our website address is http://w►;w.fbpe.org. State of Florida Board of Professional Engineers Attests that Coastal 5, `stems International Inc E B P ai1�1' E I ORM.%IN i1.I 1I11 }'.ram •=��- rv,.,.... �r rzr.iy rrr. Is authorized under the provisions of Section 471.023',7niiiiiiiaStattites, to offer engineering services to the public through a Professional Engineer, duly licensed under Chapter 471, Florida Statutes. Expiration: 2/28/2019 CA Lic. No: Audit No: 228201904876 R 7 I 1,ti II.1SI 1l SIkI F::11S 11.1111,1,11.1,1 EDUCATION Master of Science. Civil Engineering, Queen's University, Kingston, Ontario. Canada,1981 Bachelor of Science. Civil Engineering, Queen's University, Kingston. Ontario, Canada,1979 FIRM EXPERIENCE 23 Years LICENSURE Professional Engineer, FL PROFESSIONAL AFFILIATIONS American Society of Civil Engineers Florida Engineering Society Florida Shore and Beach Preservation Association Florida Institute of Consulting Engineers PUBLICATIONS "Artificial Reef Construction: An Engineered Approach". R.H. Sasso, T.K Blankenship, S. Higgins, and K Banks, Fab. 2004 National Conference on Beach Preservation Technology "Mooring Buoys for the Largest Cruise Ship in the World," J. Juhl, T.K, Blankenship, and R.H. Sasso. Proceedings, Ports 2001 Conference "Village of Key Biscayne Beach Renourishment and the Management of Offshore Seagrasses," Cameron Perry and Harvey Sasso, P.E., Proceedings of the 2001 National Conference an Beach Preservation Technology "Miami Beath 32nd Street Hot Spot. Numerical Modeling and Design Optimization,"Adam Shah and Harvey Sasso, P,E„ Proceedings of the 2001 National Conference on Beach Preservation Technology 'Regional Beach Restoration Plan for Three Consecutive Barrier Islands in South Florida,' Paul C.-P. Lin, Ph.D., P.E., R. Harvey Sasso, P E. and C. Anthony Spell. Proceedings of the 1997 National Conference on Beach Preservation Technology "Combined Sand Bypassing and Navigation Improvements at Hillsboro Inlet, Broward County, Florida: The Importance of a Regional Approach," Dr. Paul C.-P. Lin, P.E., Inger Hansen, and R. Harvey Sasso, P.E., Proceedings of the 1996 National Conference on Beach Preservation Technology, St Petersburg, Florida, 1996, pp. 43-59. R. HARVEY SASSO, P.E. Principal -in -Charge As t1te Principal-in-Chargc, Mr. Sasso is responsible for providing overall management, direction and coordination to the engineering team for professional services related to all projects undertaken by Coastal Systems. In this capacity, he determines time schedules; allocates resources; directs joint ventures, subconsultants and team members in performing field investigations and technical evaluations; and directs the development and evaluates the feasibility of design alternatives. Mr. Sasso has over 30 of years experience as a professional coastal engineer, having worked on numerous projects in Florida, the Caribbean, and Europe. He has been involved in all aspects of coastal/marine projects including project design, engineering analysis, environmental permitting, and the legal, political and managerial elements of project implementation. He has a reputation for providing a business approach to engineering having planned, designed and implemented numerous coastallwaterfront development projects. Mr. Sasso pioneered a regional approach to coastal sediment budget from Hillsboro Inlet in Broward County to Government Cut in Dade County. This sediment study encompassed 35 miles of shoreline, two counties, four inlets, one taxing district and ten municipalities. PROJECT EXPERIENCE WITH THIS FIRM Ambergris Cay, Turks and Caicos CLIENT: Ambergris Cay Partnership Prepared EIA for development of private island. Performed hydrographic and GPS control surveys. Engineering design of coastal works including entrance channel, dredging, 150-slip marina, and RO/RG platform for shipments to remote island. Bill Boggs Cape Florida State Park, Key Biscayne, Florida CLIENT: DEP State Parks Design and permitting of 4000 feet of seawall revetment with fishing piers for public access. Biscayne Bay Deep Holes Restoration, Miami -Dade County, Florida CLIENT: DEP State Parks Design and permitting of 4000 feet of seawall revetment with fishing piers for public access. Broward County Beach Restoration Project Mitigation, Florida CLIENT: Broward County Design/build 10 acres of artificial reef offshore of the Dania/Hollywood beaches -utilizing 66,000 tons of limerock boulders imported from Freeport, Bahamas. Project was implemented utilizing three rock barges, W[v W C oastalss teinsin t , co rri SYST. R. HARVEY SASSO, P.E. one crane barge, a 165-ton crane, front end loaders and two tug boats operating 24-hours/day, 7-days/week over 4 months. Marine positioning, resource surveys and hydrographic surveys were an integral part of rock placement needed to achieve a successful project. Cap Cana Marine Works, Punta Cana, Dominican Republic CLIENT: Sinercan Coastal engineering design and construction management for the dredging of 1.25-mile canal to create the basin and real-estate offering surrounding a 1,000+ slip marina. Design of shoreline stabilization, beaches, entrance channel jetties. as well as numerical modeling of coastal processes and hydrographic surveying. Construction management included specifying construction techniques and the acquisition of appropriate equipment. Cape Eleuthera Marina, Eleuthera, Bahamas CLIENT: DP Fox Holdings Hydrographic surveys, coastal structure evaluations, feasibility studies and design of docks and sheet pile seawall for 60-slip marina basin. Cococay Site Infrastructure Improvements, Berry Islands, Bahamas CLIENT: Royal Caribbean International Design/build of site infrastructure and guest facilities required to accommodate cruise ship passengers and island staff on their private island. Heavy earthworks included underground utilities, filling and site grading. Utilities installed included Fueling systems, RJG water treatment, diesel electrical generation, reclaimed water, solid waste incineration and sewage treatment. Guest facilities included bars, restaurants, restrooms, retail shops and water sport facilities. Dinner Key Boatyard Marina, Miami, Florida CLIENT: City of Miami Design and environmental permitting for 1 10-slip marina and 600-foot bulkhead replacement. Mitigation design provided and maintenance dredging designed. Frederiksted Urban Waterfront Revitalization: Phase I, St. Croix, USVI CLIENT: USVI Public Finance Authority Design/build project for park and cruise ship pier improvements in the historical town of Frederiksted. Directed the planning and engineering team during a design charrette involving local community and government representatives seeking to create a vision for their waterfront. Subsequently provided full engineering and executed a lump SUITS design -build contract for delivery of the waterfront park, cruise -ship pier improvements, clock tower and underground utilities along the main street. Fort Zachary Taylor State Park, Key West, Florida CLIENT: DEP State Parks Coastal engineering design and environmental permitting for www.Coa s talsys rem sin I. Com C[f.lSTA-L SYSTkd1s R. HARVEY SASSO, P.E. breakwaters, jetties. and beach fill project for shoreline protection at park. Miamarina at Bayside, Miami, Florida CLIENT: City of Miami Design and environmental permitting for 130-slip marina. Coastal engineering design including numerical modeling and physical model tests were conducted for the wave baffle design. Nassau Port Relocation Feasibility Study, Now Providence, Bahamas CLIENT: Government of the Bahamas Environmental assessments and port feasibility studies to select the optimum site for relocation of the commercial port to the southwest side of the island. Participated closely with government and stakeholders to develop a financially viable and environmentally feasible solution. Peanut Island Environmental Restoration, Palrn Beach County, Florida CLIENT: Palm Beach County Coastal/civil and marine structures design for 1.5-acre artificial reef habitat and 1.3 acre shallow seagrass lagoon. Additional features include a tidal pond and flushing channel, shallow -draft marina with floating docks, pedestrian boardwalks, and site utility upgrades. Rickenbacker Causeway Recreational Corridor, Miami -Dade County, Florida CLIENT: Miami -Dade County Design of shoreline stabilization and associated public recreation area improvements along 2.5 miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed, and coastal engineering analysis conducted to assess design wave conditions, sediment transport and optimum shoreline stabilization methods. Design elements included landscaping, invasive species removal with native species restoration, parking improvements, stormwater management and vendor kiosks for waterfront activities. Singer Island Sediment Transport Study, Palm Beach County, Florida CLIENT: Palni Beach County Coastal engineering analysis and numerical modeling of shoreline to evaluate shoreline recession/accretion trends relative to the hard bottom ridges. Utilized Danish Hydraulic Institute (DHI) LITPACK and MIKE 21 numerical models to simulate waves and sediment transport processes. Village of key Biscayne Beach Nourishment, Florida CLIENT: Village of Key Biscayne Coastal engineering and environmental permitting for 120,000 cy beach fill project. Marine resource and hydrographic surveys conducted, along with sand source search, jet probes, vibracores, and marine archeological surveys. w vw.coastalsystemnsin t.com Stole of Florida Board of Professional Engineers • -Ai, 2639 North Monroe Street, Suite B-112 l'olrohassee, rt 323U3-526s Ronald Harvey Sasso C/O COASTAL SYSTEMS INT'L 2ND 464 SOUTH DIXIE HWY MIAMI, FL 331460000 State of Florida Board of Professional Engineers Attests that Ronald Harvey Sasso , P.E. IN licensed as a Prore.rionnr Engineer under Clio? ter 4/1, FInrida Slavers •..•,:,.rian : �Lv.+,rJv PI_ lie. Na ....Art Ye _:.441t..45.5 •- NOTICE FBPI , no ]onp,rcr requires that continuing education be reported bv the provider. Instead licensees will be subject to a random audit no more than every four (4) ►ears. Ifrr)u are selected for the random audit. you must provide verification of one (I) hour of Florida laws and rules, one (1) hour of professional ethics, four (4) hours of area of prat rice anti twelve (12) hours in any topic pertaining to the practice of engineering, all taken prior to February 28, 2017. (Ste S. 47 i M I T. 1'1. Star) .1nr [:1'. hours taken after February 2g, 2111- will result in a SIM delinquent fee and ►'our license being placed in ;1 delinquent status until the additional fee is paid. State of Florida Board of Professional Engineers Attests that Ronald Harvey Sasso , P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: Audit No: 228201932585 R 35616 COAST i slsro:::l7s EDUCATION Bachelor of Science In Civil Engineering, Florida International University, Miami, Florida, 2001 LICENSURE Professional Engineer, FL FIRM EXPERIENCE 20+ Years ANDRES PEREZ, P.E. Engineering Department Head Mr. Perez has over 20 years of civil engineering experience in Florida. He has completed the planning, design and construction administration for site/civil projects including parks, streetscape, and Right -of -Way. He has also completed designs for private site developments such as hotels, condominiums, parking lots/garages, commercial properties and dry stack marinas. These projects have required the design of stormwater management systems consisting of retention areas, drainage wells, exfiltration trenches, and outfalls. These projects have also required the design of water and sanitary sewer services. His site/civil design experience in Florida includes the permitting of projects through agencies such as the Florida Department of Environmental Protection (FDEP), South Florida Water Management District (SFWMD), and Florida Department of Transportation (FDOT). He has processed stormwater management designs through these agencies to obtain Environmental Resource Permits (ERP), and he has demonstrated experience with projects adjacent to the coast and/or waterfront. These projects have required extensive coordination with diverse project teams to design projects that meet the development programming goals for both public and private sector clients as well as meet the stringent regulatory permitting criteria to manage surface water runoff. REPRESENTATIVE PROJECT EXPERIENCE 350 Condominiums Development, North Bay Village, Florida CLIENT: Lennar Development Civil engineering, bulkhead design and environmental permitting for 6-acre condominium development. Bayfront Street Ends Improvements, Miami Beach, Florida CLIENT: City of Miami Beach Bulkhead design and environmental permitting for street ends at South Shore Drive, 1Oth Street, 14th Street, Lincoln Road as well as Island View Park. Streetscape design for street ends at South Shore Drive, 10th Street and Lincoln Road. Bluepoints Marina, Port Canaveral, Brevard County, Florida CLIENT: Bluepoints International Fisheries, Inc. Marina design and environmental permitting for a 10-acre dry storage marina facility, including 940 dry slips, IO wet slips, and 33 launching/holding slips. Hydrographic and marine resource surveys conducted. Civil engineering services also provided. Casa Del Mar Yacht Club, Boynton Beach, Florida CLIENT: Lancore Nursery Design and permitting of 4.1 acre site for 320 dry stack marina project. Design of docks, bulkheads and dredging for 35 wet slips. Www. coa s talsy s ternsin t. com t unslnt, 57"!i-1.E71ti ANDRES PEREZ. F.E. Currie Park Staging Docks, West Palm Beach, Florida CLIENT: City of West Palm Beach Provided engineering and environmental consulting services for the City of West Palm Beach. Coastal Systems has already conducted biological and hydrographic surveys for this project. It is now in the final phase of the design process for the staging dock dredging designs. In conjunction with the staging dock, Coastal Systems is working on additional services for the construction design for the deteriorated boat ramp. Dinner Key, Miami, Florida CLIENT: City of ]Main Removal and replacement of the existing sewage pump -out system in the same general footprint. The project required removing approximately 10,000 linear feet of 2" PVC vacuum sewer main and 2" PVC laterals; removing approximately 132 actuator sewer pumps located at the ends of the finger piers; installing approximately 7,250 linear feet of 3" PVC vacuum sewer main and 2" PVC laterals, including the fittings, valves, clean outs with all hangers, straps, and supports; installing approximately 125 sewer hydrants (360 degree swivel suction port hydrants) along the main pier for pump -out (flaunted to the exterior of the existing concrete piers using straps); and furnishing approximately 21 hose reel and assembly. Haulover Marine Center, North Miami Beach, Florida CLIENT: Westrec Marinas Marine and site/civil improvements for the redevelopment of a new marina facility with approximately 400 feet of bulkhead. Surveying, water and sanitary sewer design, utility coordination, and construction administration services provided. Redesigned sheet pile bulkhead with augercastpile- supported reinforced concrete forklift launching platform. Island Gardens Mega Yacht Harbour, Miami, Florida CLIENT: Flagstone Properties Marina design and environmental permitting for 50-slip megayacht harbor on Watson Island as part of $600M site redevelopment. Hydrographic and marine resource surveys and underwater bulkhead assessments provided. Design of dredging, mitigation, fixed piers. and utilities for vessels up to 450 feet long. Latitude Development, Miami, Florida CLIENT: Miami Riverfront Partners, LLC Civil engineering and marine structures design and environmental permitting for a multi -tower condominium development en the Miami River. Hydrographic, marine resource surveys and tidal hydraulic numerical modeling were conducted. Miamarina, Miami, Florida CLIENT: City of Miami The project consists of extending the existing Pier 5, along the north property of the Miamarina Project, to an overall length that is acceptable to the environmental agencies. This scope of service will also include the reconstruction of the overwater deck from the northeast corner of Pier 5 west wtvw.coaslalsystemsin t.cam ANDRES PEREZ, P.E. and south to the beginning of the reconstructed deck of 2006 (approximately 500 feet). Museum Park, Miami, Florida CLIENT: City of Miami Planning of marine amenities and environmental permitting feasibility study completion relative to a proposed baywalk, waterfront enhancement. and other public park amenities along the shoreline and within a basin on Biscayne Bay as part of the proposed $50M Museum Park improvements project. Design and permitting of stormwater management for the 22-acre master planned park, and planning/design of large vessel mooring facility. North Beach Recreational Corridor (HBRC), Miami Beach, Florida CLIENT: City of Miami Beach Design and environmental permitting of multi -purpose public access corridor to traverse along the western edge of the beach dunes between 64`h Street and 79`h Street. Design encompasses 15 blocks and three city parks. Peanut Island Environmental Restoration, Palm Beach County, Florida CLIENT: Palm Beach County Coastal/civil and marine structures design for i .5-acre artificial reef habitat and 1.3 acre shallow seagrass lagoon. Additional features include a tidal pond and flushing channel, shallow -draft marina, pedestrian boardwalks, and site utility upgrades. Pier 66 Marina, Ft. Lauderdale, Florida CLIENT: LXR Luxury Resorts Planning and design of 100-slip mega -yacht marina facility. Design of upland excavation and basin dredging, including material handling and disposal design. Design of bulkhead improvements and associated shore -support structures, along with a portion of fixed docks. Pinetree Park, Miami Beach, Florida CLIENT: City of Miami Beach Shoreline, marine resource and hydrographic surveys along park waterfront. Feasibility and preliminary design of canal and public water access structures. Concepts were prepared for the City to review that included lagoons, mangrove planters and kayak launching areas. Designed the kayak launching area with a unique vinyl bulkhead system that incorporates an architectural fascia. Quiet Waters Business Park, Deerfield Beach, Florid CLIENT: CLW Real Estate Services Group Evaluated the existing drainage system at the 49-acre Quiet Waters Business Park in Deerfield Beach, Florida. The area flooded during rainfall events, and the hydrology and stormwater management system was surveyed and evaluated as part of a comprehensive engineering assessment. A pump station was designed to prevent the parking lots and loading areas from flooding as these areas were critical to the operations. The pump station was designed to convey the runoff to the site retention pond. Environmental www.coastalsystem sinr.com YS1E!1 S ANDRES PEREZ, P.E. permits were modified, and construction administration services provided. Rickenbacker Causeway Recreational Corridor, Miami -Dade County, Florida CLIENT: Miami -Dade County Design of shoreline stabilization and associated public recreation area improvements along 2.5 miles of shoreline of the Rickenbacker Causeway across Biscayne Bay. Marine resource and hydrographic surveys completed, and coastal engineering analysis conducted to assess design wave conditions, sediment transport and optimum shoreline stabilization methods. Design elements included landscaping. invasive species removal with native species restoration, parking improvements, stormwater management and vendor kiosks for waterfront activities. South Pointe Park, Miami Beach, Florida CLIENT: Hargreaves and Associates Civil engineering and coastal/environmental permitting for the design of park improvements at the 16-acre oceanfront park. Stormwater Treatment Distribution Area (STDA), Miami -Dade County, Florida CLIENT: Miami -Dade County DERM Civil engineering design for an 88-acre basin pump stormwater runoff for treatment from the Homestead Military base utilizing natural wetlands. Design included the pumping station consisting of twin 18,000 GPM pumps, dikes and outfall structures with telemetry for remote control of facility and performance monitoring. www.coastalsystcrosin t.corn *Mil - rl[1Rii)If3�1.�,n i i11 Kn�H:�fJF.ir. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 212812019 P.E. Lic. No: Audit No: 228201930398 R 66507 State OF Florida 1 Board of Professional &smeera :14111.-7. 2639 North Monroe Screen, Suite 8-112 Tallahassee, FL 32303-5268 Andres Perez 3480 NW 85TH CT APT 215 DORAL, FL 33122 State offFlorida Board of Professional Engineers Attests that Andres Perez , P.E. To liceared as a Frafesekwa1 li g n r unda ample* m, F1odda ge.rart+ lkpinkker z.Za�+ Pa. Lk_ Na ataadk N.c rLPILLI 9I H611 NOTICE FM no longer requires that continuing education be reported by the provider. Instead licensees will be subject to a random audit no more than every four (4) years. If you arc selected for the random audit, you must provide verification of one (1) hour of Florida laws and rules, one (1) hour of professional ethics, four (4) hours of area of practice and twelve (12) hours in any topic pertaining to the practice of engineering, all taken prior to February 28, 2017. (See s. 471.017, Fl. Stat.) Any CF hours taken after February 28, 2017 will result in a S 100 delinquent fee and your license being placed in a delinquent status until the additional fee is paid. State of Florida Board of Professional Engineers A heats that Andres Perez J\4A INA T :I TIES 6. Experience of the Lead Engineer/Design Manager (Form RFP-ELE 's ❑No `tom ❑ No es ❑ No es ❑ No f"� I L � City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS . . Lead Engineer shall complete the fallowing information for completed projects within the past eight (8) years and where the. Proposer believes the project is ,of equal.or,greater scope, size,, and complexity that best represent itsability to complete. the "Project." The reference provided below should be for one (1) project and must comply .with. the requirerne;nts listed in. Section 3.5(R) of the RFP.: Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE: REFERENCES) APPLICABILITY TO EXPERIENCE .REQUIREMENTS'(To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. Yes ❑ No E Not Applicable REFERENCE PROJECT INFORMATION (To be. Completed by the, Lead Engineer) Reference Project Name/Address: Dinner Key, Miami, Florida Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Andres Perez, Project Manager Reference Project Description: Replacement of existing sewage pump -out system within the general existing footprint. Scope of Services Provided: See attached page for Scope of Services. Compensation for Services: $ 41,000 Project Construction Cost: $ 328,000 Coastal Systems Lead Engineer's Company Name: International, Inc. Project Start Date:01/2014 Project Completion Date: 11/2017 Construction Start Date: Construction Completion Date: 04/2017 10/2017 Company's Contact Name: Andres Perez Lead Engineer's Title/Positionfngineering Department Head Company's Contact Phone Number: 305-669-8159 Company's Contact Facsimile Number: 305-661-1914 Company's Contact E-mail:aperez@coastalsystemsint.com REFERENCE PROJECT INFORMATION (To be•Completed:by.the Project Owner) ` Project Completed on Time and within Budget : I Yes l No Project Duration: If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? U Yes E No Quality of Services Provided: 5Kove Expectations* ❑ Average ['Below Expectations (*) 'Above Expectations" means there were fewer errors and omissions than anticipated, Did the Lead Engineer provide Project Management Services? Did the Lead Engineer provide Construction Management Services? Was the Lead Engineer responsive to the Project Owner? Was the Lead Engineer timely in its reviews and submittals? Reference Company Name: City of Miami Reference Contact Name: Richard Pope fi Reference Title/Position: Project Manager Reference Contact Signature: pm-IA/km.4U+ `JC. `rr, Reference Phone Number: (305) 416-1285 Facsimile Number: E-mail: rpope©miamigov.com I ❑ N/A ❑ N/A ❑ N/A ❑ N/A RFP-ELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT, PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Scope of Services Provided: The Project proposes to remove and replace the existing sewage pump -out system in the same general footprint. More specifically, the Project will: • Remove approximately 10,000 linear feet of 2" PVC vacuum sewer main and 2" PVC laterals; • Remove approximately 132 actuator sewer pumps located at the ends of the finger piers; Install approximately 7,250 linear feet of 3" PVC vacuum sewer main and 2" PVC laterals, including the fttings, valves, clean outs with all hangers, straps, and supports; • Install approximately 125 sewer hydrants (360 degree swivel suction port hydrants) along the main pier for pump -out (mounted to the exterior of the existing concrete piers using straps); • Furnish approximately 21 hose reel and assembly. REP-ELE Revised 11 /21 /18 City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past eight (8) years and where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements fisted in Section 3.5(8) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. X❑ Yes n No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Engineer) Reference Project Narne/Address: Miamarina, Miami, Florida Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Andres Perez, Project Manager Reference Project Description: Please see attached page for Project Description. Scope of Services Provided: Continuing Marine/Coastal Engineering Services with City of Miami. Compensation for Services: $ 100,000 Project Construction Cost: $ 1,700,000 Coastal Systems Lead Engineer's Company Name: International, Inc. Project Start Date:09/2017 Project Completion Date: Qnjoing Construction Start Date: Construction Completion Date: /TBD /TBD Company's Contact Name: Andres Perez Lead Engineer's Title/Position:Engineering Department i-leacCornpany's Contact Phone Number: 305-669-8159 Company's Contact Facsimile Number: 305-661-1914 Company's Contact E-mail: aperez@coastalsystemsint.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : X Yes ❑ No Project Duration: 18 months If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: X Above Expectations* ❑ Average ❑ Below Expectations {°} "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? X Yes El No ❑ N/A Did the Lead Engineer provide Construction Management Services? X Yes ❑ No Li N/A Was the Lead Engineer responsive to the Project Owner? X Yes El No N/A Was the Lead Engineer timely in its reviews and submittals? X Yes ❑ No E N/A Reference Company Name: City of Miami Reference Contact Name: Andr w S hirn reel Reference Title/Position: Sr. Project Representative Reference Contact Signature: Reference Phone Number: 305-416-1457 Facsimile Number:305-416-2153 E-mail: aschimmel@miamigov.com RFP-ELE Revised 11/21118 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Project consists of extending the existing Pier 5, along the north property of the Miamarina Project, to an overall length that is acceptable to the environmental agencies. This scope of service will also include the reconstruction of the overwater deck from the northeast corner of Pier 5 west and south to the beginning of the reconstructed deck of 2006 (approximately 500 feet). RFP-ELE Revised 11/21/18 No ❑ No No nNo City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past eight (8) years and where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(8) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. n Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Engineer) Reference Project Name/Address: Haulover Marine Center, North Miami, Florida Names) and Role(s) of Lead Engineer Working on this Reference Project: Andres Perez, Project Manager Reference Project Description: Site/Civil Design Scope of Services Provided: Please see attached page for Scope of Services. Compensation for Services: $436,000 Project Start Date: 08/2013 Project Completion Date: 10/2015 Project Construction Cost: $ 23,000,000.00 Construction Start Date: Construction Completion Date: 10/2014 10/2015 Coastal Systems Lead Engineer's Company Name:International. Inc. Company's Contact Name: Andres Perez, P.E. Lead Engineer's Title/Position:Engineering Department Head Company's Contact Phone Number: 305-305-669-8159 Company's Contact Facsimile Number: 305-661-1914 Company's Contact E-mail: aperez@coastalsystemsint.com _REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget :' Yes ❑ No Project Duration: If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: Above Expectations* Average n Below Expectations (*)'Above Expectations" means there fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? Did the Lead Engineer provide Construction Management Services? Was the Lead Engineer responsive to the Project Owner? Was the Lead Engineer timely in its reviews and submittals? Reference Company Name: Wesfrec Companies Reference Contact Name: Mr. Narl Vice President of Construction and Risk Reference Title/Positior anagemenUpresident of Construction Reference Contact Signature: Reference Phone Number: (678) 574-6033 Facsimile Number: E-mail: nlassite westrec.corl Yes ❑ N/A ❑ N/A ❑ N/A C N/A RFP-ELE Revised 11/21/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Site/Civil Design for 9.4-acres including Paving, Grading and Stormwater Management; Parking Lot Design for 680 spaces; Water and Sanitary Sewer Design; Utility Coordination with the City of North Miami Beach; and Construction Administration. Marine and site/civil improvements for the redevelopment of a new marina facility with approximately 400 feet of bulkhead. Surveying, water and sanitary sewer design, utility coordination, and construction administration services provided. Redesigned sheet pile bulkhead with augercastpile-supported reinforced concrete forklift launching platform. RFP-ELE Revised 11/21/18 MARINA UTILITIES 7. Qualifications of Key Personnel City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple i the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the RFP, Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes n No f l Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: Christaphe Harbor, Suncrest, Basseterre, St Kitts Name(s) and Role(s) of Project Manager Working on this Reference Project: Robert MacDonald PM Reference Project Description: New Mega. Yacht Marina Scope of Services Provided: installation of water, sewer, fire, comms, elec and fuel Compensation for Services: $systems 2 3mil on dock Project Start Date: / Project Completion Date: / Project Construction Cost: $ 15mi 1 Construction Start Date: Construction Completion Date: / 2014 / 2015 Project Manager's Company Name: Marina Utilities Company's Contact Name: Robert MacDonald Project Manager's Title/Position: President Company's Contact Facsimile Number: Company's Contact Phone Number: 239 405 8877 Company's Contact E-mail: sales@marinautiliti REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) (il I'I. Project Completed on Time and within Budget : 7 Yes ❑ No Project Duration: if "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: n Above Expectations* ❑ Average n Below Expectations (*} "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? Yes U No ❑ N/A Did the Project Manager provide Construction Management Services? [ Yes ❑ No ❑ N/A Was the Project Manager responsive to the Project Owner? ❑ Yes ❑ No U N/A Was the Project Manager timely in its reviews and submittals? n Yes ❑ No n N/A Reference Company Name:American Bridge Reference Contact Name: Paul Reference Title/Position: Project Engineer Reference Contact Signature: Reference Phone Number: Facsimile Number: X Michalak E-mail: prnichalak@americanb .com RFP-El Revised 11/05 City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes U No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: Albany Marina, Adelaide Rd, Nassau, Bahamas Name(s) and Role(s) of Project Manager Working on this Reference Project: Reference Project Description: New Mega Yacht Marina Scope of Services Provided: Installation of water, sewer, fire, systems on dock 900 000 Project Construction Cost: $ 9mi 1 Compensation for Services: $ Project Manager's Company Name: Marina Project Start Date: Construction Start Date: 2010 Utilities Company's Contact N Project Manager's Title/Position: President Company's Contact Facsimile Number: Robert MacDonald PM comets, elec and fuel Project Completion Date: Construction Completion Date: 2012 ame: Robert MacDonald Company's Contact Phone Number: 239 405 8877 Company's Contact E-mail: sales@marinautiliti REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes n No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? U Yes No Quality of Services Provided: E1 Above Expectations* n Average U Below Expectations (_) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? Did the Project Manager provide Construction Management Services? Was the Project Manager responsive to the Project Owner? Was the Project Manager timeiy in its reviews and submittals? Reference Company Name: Bellingham Marine Reference Title/Position: Project Manager Reference Phone Number: Facsimile Number: Yes Yes Yes L> Yes U No No ❑ No ❑ No 7 N/A N/A ❑ N/A ❑ N/A Reference Contact Name: Neil Davi s Reference Contact Signature: E-mail: ndavis@bellingham— marine.com RFP-EI Revised 11/05 City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(SS APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. 13 Yes ❑ No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: Island Gardens Marina, 888 MacArthur Causeway, Names) and Role(s) of Project Manager Working on this Reference Project: Reference Project Description: New Mega Yacht Marina Scope of Services Provided: Installation of water, sewer, fire Compensation for Services: $ 3 . 5mi 1 Project Start Date: Project Construction Cost: $ 18mi I Construction Start Date: / 2015 / Project Manager's Company Name: Marina Utilities Company's Contact Project Manager's Title/Position: president Company's Contact Company's Contact Facsimile Number: Robert MacDonald PM Miami. F and elec systems on doc Project Completion Date: / Construction Completion Date: / 2016 Name: Robert MacDonald Phone Number: 239 405 8877 Company's Contact E-mail: sales@marinautiliti REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : 5 Yes No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delays) or increased cost? ❑ Yes ❑ No Quality of Services Provided: Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? [ Yes ❑ No n N/A Did the Project Manager provide Construction Management Services? Yes ❑ No n N/A Was the Project Manager responsive to the Project Owner? LK Yes ❑ No ❑ N/A Was the Project Manager timely in its reviews and submittals? E 1 Yes U No ❑ N/A Reference Company Name: Flagstone Property Reference Title/Position: Project Manager Reference Phone Number: Facsimile Number: Reference Contact Name: Micheal Reference Contact Signature: E-mail: mpelczar@ f lagstoneq .com Pelczar RFP-EI Revised 11/05 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Robert MacDonald serves as the Project manager for all Marina Utility projects including the three referenced here. The techniques described below have been employed at each project referenced and will be used on the Dinner Key project as well. As the PM, the primary challenge is to achieve all of the project goals and objectives within the given constraints. This information is described in the project documentation, created at the beginning of the project. The PM is primarily responsible for the development of the scope, project schedule, budget and quality assurance documents. The scope documents will be developed for each sub -consultant and sub -contractor employed on the project. The scope documents are critical to the project's success. In each scope document will contain a work breakdown structure (WBS), which will detail precisely the deliverables for each team member. From the work breakdown structure, we will develop a corresponding price breakdown structure which will allow for the development of cash flow projections to help manage risk within the project. Also, from the WBS, we will develop a responsibility matrix which will clearly assign roles and responsibilities for each deliverable. The development of these documents will proceed with a continuous feedback loop from all stakeholders, including the City. This will be a Team effort. Marina Utilities will go above and beyond the steps outlined above to optimize the allocation of resources within the project_ We will perform this extra level of project management to drive as many days out of the schedule as possible. Our goal in this project is to have the marina returned to the City and open for business as soon as possible. When the initial planning and design phase is complete, we will move into execution phase of the project. During this phase the PM will work closely with the Construction Manager assigned to the project. The PM will provide oversite and direction to keep the project on track. The most important aspect of this phase, for the PM is complete and accurate project documentation. As part of the Quality Assurance plan, daily, weekly and monthly reports will be generated for the project. All aspects of the project will be documented in the daily reports which will include photographs of the progress. Any deviations from the approved scope documents will be documented and the City representative will be notified immediately. We anticipate this project to be completed in multiple phases. Each phase will have a full set of close out documents and will be complete before the next phase is started. This approach will simplify the final close out process on this important and high -profile project for the City of Miami, RFP-EPM Revised 11/05/18 Robert MacDonald Project Manager Currently serving as the General (Project) Manager of Marina Utilities responsible for directing and coordinating all activities of the company throughout the fife of a marina project. Robert is directly involved in contract negotiations and development, engineering design, pricing and equipment selection, selection of subcontractors and ongoing oversite of projects with the assistance of construction managers assigned to each project_ Employment Marina Utilities, 2007 to present, Owner and General Manager Jacksonville Electric Authority, Jacksonville, FL, 2000 — 2007, Manager of Major Accounts • Responsible for developing an inhouse team of engineers to design and implement large scale energy savings projects within the service territory. • Performed over $20 million in projects generating over $3 million in profits, including Naval Air Station and City of Jacksonville. • Responsible for the contract development and negotiations, engineering design and implementation of all projects. • Responsible for the customer satisfaction of all major accounts within the service area. Satisfaction as measured by surveys rose from less than 30% to over 70% Unicorn Energy Services, Chicago, IL., 1996 — 2000, Director of Energy Services • Responsible for developing an inhouse team of engineers to design and implement large scale energy savings projects within the service territory. • Performed over $40 million in projects generating over $8 million in profits • Responsible for the contract development and negotiations, engineering design and implementation of all projects. Department of Energy, Chicago, IL., 1987 —1996, Manager of Federal Energy Management • Responsible for the development and implementation of energy savings programs throughout the Federal Government. • Developed over $200 million in projects saving the government over $20 million per year in energy. Lock 26 Constructors, Alton, 1L.. 1985 — 1987, Project Manager Education BS in Civil Engineering, University of Illinois, Champaign, IL., 1985 Master's in Business Administration, University of Florida, Gainesville, FL., 2008 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past eight (8) year, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: Calusa Isles Marina, Marco Island Name(s) and Role(s) of Construction Manager Working on this Reference Project: Bill Floyd Reference Project Description: Installation of water, sewer and electrical utilities Scope of Services Provided: Managed the install of the utilities at the marina both a Compensation for Services: $ 22 5 000 and below ground} Project Start Date: / Project Completion Date: Project Construction Cost: $ Construction Start Date: 2018 Construction Completion Date: 1 1 Construction Manager's Company Name: Marina tit 1 itCic4Wany's Contact Name: Robert MacDonald Construction Manager's Titie/Position: president Company's Contact Facsimile Number: Company's Contact Phone Number: 239 405 8877 Company's Contact E-mail: robert@marinauti l i REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: [t Yes ❑ No Project Duration: if "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? U Yes Quality of Services Provided: 3 Above Expectations* n Average U Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? n Yes ❑ No ❑ N/A Did the Construction Manager provide Construction Management Services? ❑ Yes ❑ No [7 N/A Was the Construction Manager responsive to the Project Owner? ❑X Yes [[ No U N/A Was the Construction Manager timely in its reviews and submittals? 71Yes U No [ 1 N/A Reference Company Name: Calusa Isles Marina Reference Title/Position: Marina Manager Reference Telephone Number: Facsimile Number: Reference Contact Name: Phill Dollar Reference Contact Signature: E-mail: pdollar@ shrnarinas . c RFP-E' Revised 11/05 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past eight (8) year where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS. (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ® Yes ❑ No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: Cocohatchee Marina, Naples Names) and Role(s) of Construction Manager Working on this Reference Project: Bill Floyd Reference Project Description: Installation of water, sewer and electrical utilities Scope of Services Provided: Managed the install of the utilities at the marina both a. and below ground Compensation for Services: $ Project Start Date: / Project Completion Date: / 220.000 Project Construction Cost: $ Construction Start Date: 2017 Construction Completion Date: / / Construction Manager's Company Name: Marina Utilit�o pany's Contact Name: Robert MacDonald Construction Manager's Title/Position: Company's Contact Phone Number: 239 405 8877 President Company's Contact Facsimile Number: Company's Contact E-mail: robert@tnarinautili: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: [j Yes ❑ No Project Duration: If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? Quality of Services Provided: j Above Expectations* n Average Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? Did the Construction Manager provide Construction Management Services? J Yes n No [ I N/A Was the Construction Manager responsive to the Project Owner? [1 Yes U No ❑ N/A Was the Construction Manager timely in its reviews and submittals? Yes ❑ No Reference Company Name: MCG Reference Title/Position: Project Manager Reference Telephone Number: Facsimile Number: n Yes ❑ No ❑ N/A X Yes n No ❑ N/A Reference Contact Name: Brian Midolo Reference Contact Signature: E-mail: bamide t o@ mcq f 1. com RFP-E1 Revised 11 /65 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past eight (8) year where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED A5 NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No n Not Applicable x REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: Harbor Pointe Name(s) and Role(s) of Construction Manager Working on this Reference Project: Bill Floyd Reference Project Description: Installation of water, sewer and electrical utilities Scope of Services Provided: Managed the install of the utilities at the marina both a and below ground Compensation for Services: $ Project Start Date: / Project Completion Date: / 350 000 Project Construction Cost: $ Construction Manager's Company Name: Marina Construction Manager's Title/Position: President Company's Contact Facsimile Number: Construction Start Date: 2018 Construction Completion Date: / LltilitCio any s Contact Name: Robert MacDonald Company's Contact Phone Number: 239 405 8877 Company's Contact E-mail: robert@marinautili REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) a.n Project Completed on Time and within Budget: Yes n No Project Duration: If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? Yes ❑ No Quality of Services Provided: IA Above Expectations* Average U Below Expectations [*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? Did the Construction Manager provide Construction Management Services? Was the Construction Manager responsive to the Project Owner? Was the Construction Manager timely in its reviews and submittals? Reference Company Name: LeLand Management Reference Title/Position: General Manager Reference Telephone Number: Facsimile Number: Yes U No n N/A n Yes U No n N/A lid Yes ❑ No ❑ N/A Yes E No ❑ N/A Ixl Reference Contact Name: Doreen Horvath Reference Contact Signature: E-mail: dhorvath@ Ielandmana t.com RFP-E{ Revised 11/05 SPACE BELOW 15 TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Bill Floyd serves as the primary Construction Manager for Marina Utilities and will be assigned to the Dinner Key project. The scope of services and techniques described below were used on the three projects referenced and will be used on the Dinner Key project as well. The Construction Managers (CM) main responsibility is to manage the day to day activities of the project. Working closely with the Project Manager and the Quality Assurance manager, the CM will monitor and document the progress of the project including any deviations from the approved scope and schedule documents. One of the main responsibilities will be to keep the project on schedule. By monitoring the schedule closely, the CM can call for changes to resources levels (manpower, equipment, etc.) as needed to bring the project back on schedule. Another key responsibility is to ensure that the proper documentation is being produced in a timely manner. The daily, weekly and monthly progress reports are a key tool in keeping all stakeholders informed on the current status and progress of the project. The CM will use the work breakdown structure and the responsibility matrix to manage the multiple trades and subcontractors on the project. The CM will be the first in line to review all subcontractors request for payment. He will be responsible for determining if the request for payment is commensurate with the actual work completed to that point in time. The CM will work closely with the Quality Assurance Manager to ensure that the highest quality standards are being met on the job. The CM will have the authority to reject any work that is deemed to have deviated from the approved scope or does not meet the intended quality standards. The CM assigned to this project will be onsite daily and will have no other responsibilities during the time of this project. RFP-EPM Revised 11/05/18 141'1..A1K1NrA III lit '- Bill Floyd Construction Manager Currently employed at Marina Utilities as the Construction Manager. Bill will be assigned to this project and will be on -site daily. Sill is responsible for the daily management of all construction activities and will hold the same responsibility on this project. As Construction Manager his focus is constantly on good planning and communication between the owner, project manager and contractors involved with the project. Employment: Marina Utilities, 2017 to Present, Construction Manager • Responsible for the coordination and control of current projects • Responsible for daily reporting to the project manager on all current projects. • Responsible for all planning activities and coordination with different contractors. New Castle Ship Builders, 2010 — 2017, Construction Manager • As the Construction Manager, Bill was responsible for the build out and refit of multimillion -dollar marine vessels. His responsibilities Included the oversite of multiple construction trades involved in the projects, including electrical, plumbing, fire suppression and fuel delivery. F & S Marine, 2004 — 2010, Construction Manager • Bill Floyd started his career in the boatbuilding industry working as the Construction Manager for F & S Marine, During his employment Bill was responsible for the oversite of multiple construction trades involved in the projects, including electrical, plumbing, fire suppression and fuel delivery. Schaffner Technologies, 1987 — 2004, Technical Support Manager • Bill Floyd spent 17 years working as the installation training manager and product specialist for Schaffner Technologies. Bill travelled extensively for the company installing and training end users on modern technology and automation of electrical switch gear. City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the REP. ❑ Yes No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: Pelican Garage/1021 Collins Ave, Miami Beach Name(s) and Role(s) of Structural Engineer Working on this Reference Project: William Caycedo Reference Project Description: Concrete Garage Repair Scope of Services Provided: concrete Restoration Compensation for Services: $ 10,800.00 Project Start Date: 8114 Project Completion Date: 3/ 15 Project Construction Cost: $ 180,000.00 Construction Start Date: Construction Completion Date: 7/15 10115 Company's Contact Name; William Gaycedo Company's Contact Phone Number: (305) 442-7086 Company's Contact E-mail: w-caycedo@bniengineers.com Structural Engineer's Company Name: Bliss & Nyitray. Inc. Structural Engineer's Title/Position: Partner/Principal Company's Contact Facsimile Number: (866) 832-5291 REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : V[�Yes ❑ No Project Duration: 14 Months If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: Above Expectations* ❑ Average ❑ Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? ❑ Yes Did the Structural Engineer provide Construction Management Services? ❑ Yes Was the Structural Engineer responsive to the Project Owner? EYes Was the Structural Engineer timely in its reviews and submittals? &Yes Reference Company Name: JLL Reference Title/Position: Vice President/General Manager EgNo No ❑ No ❑ No Reference Contact Name: Tom Matese Reference Contact Signature: No Limited Scope f It Limited Scope N/A Reference Telephone Number: {305) 968-9280 Facsimile Number: N/A E-mai[: tom.matese@aml.jll.com RFP-ESE Revised 11/05/18 Structural Engineer's Company Name:Bliss & Nyitray, Inc. Structural Engineer's Title/Position: Partner/Principal Company's Contact Facsimile Number: (866) 832-5291 „1..J jr y t . ,. � t 1 City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes RNo Not Applicable ff REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: Ponce Garage Refurbishment - 152 Valencia Ave., Coral Gables, Florida Name(s) and Role(s) of Structural Engineer Working on this Reference Project: William Caycedo Reference Project Description: Concrete Garage Repair Scope of Services Provided: Concrete Restoration Compensation for Services: $ 12,500.00 Project Stab Date: 3 /12 Project Completion Date: N/A Project Construction Cost: $ 225.000.00 Construction Start Date: Construction Completion Date: 9/12 7/13 Company's Contact Name: Williarn Caycedo Company's Contact Phone Number: (305) 442-7086 Company's Contact E-mail: w-caycedo@bniengineers.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : IfYes n No Project Duration: 16 Months If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: Above Expectations* Average Below Expectations (") "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? ❑ Yes Did the Structural Engineer provide Construction Management Services? ❑ Yes Was the Structural Engineer responsive to the Project Owner? RYes Was the Structural Engineer timely in its reviews and submittals? 2Yes Reference Company Name: Hines Reference Title/Position: Reference Telephone Number: (770) 206-5313 Facsimile Number: N/A ❑ No [V Limited Scope ❑ No Limited Scope ❑ No No ❑N/A Reference Contact Name: Milton Baker Reference Contact Signature: E-mail: NIA RFP-ESE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirernent(s) under Section 3.5(C) of the RFP. Yes j No Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: FIU Viertes Haus; 11210 SW 11th Street, Miami, Florida Names) and Role(s) of Structural Engineer Working on this Reference Project: Paul A. Zilio Reference Project Description: Concrete Repair Due to Water infiltration Scope of Services Provided: Structural Engineering and Repair Compensation for Services: $ 30,000 Project Start Date: 4 / 18 Project Completion Date: 12 / 18 Project Construction Cost: $350,000 Construction Start Date: 8/18 Structural Engineer's Company Name: Bliss & Nyitray, Inc. Structural Engineer's Title/Position: Sr. Pnncipal/Partner Company's Contact Facsimile Number: (866) 832-5291 Construction Completion Date: 12/ 18 Company's Contact Name: Paul Zilio Company's Contact Phone Number: (305) 442-7086 Company's Contact E-mail:p-zilio@bniengineers.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : I Yes No Project Duration: 8 Months If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? Yes No Quality of Services Provided: WAbove Expectations' Average Below Expectations I*} "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? Yes No Vt Limited Scope Did the Structural Engineer provide Construction Management Services? ❑ Yes ❑ No Limited Scope Was the Structural Engineer responsive to the Project Owner? 0.Yes No Was the Structural Engineer timely in its reviews and submittals? 'Yes n No ❑ N/A Reference Company Name: Florida International University Reference Title/Position: Director of Construction Reference Telephone Number: (305( 348-4077 Facsimile Number: NSA Reference Contact Name: Patrick Meagher Reference Contact Signature: E-mail: pmeagher@fiu.edu RFP-ESE Revised 11 /05/18 Li EDUCATION Bachelor of Science in Engineering New York City College 1978 Major: Structural Engineering PROFESSIONAL EXPERIENCE Experience Prior to BNI: 7 years With BNI Since 1985 PROFESSIONAL REGISTRATIONS Licensed Professional Engineer - Florida, Puerto Rico, U.S. Virgin Islands Certified Special Inspector - Florida PROFESSIONAL ASSOCIATIONS American institute of Steel Construction Florida Structural Engineering Association Light Gauge Steel Engineers Association National Council of Examiners for Engineering and Surveying WILLIAM CAYCEDO, PE Principal William has over three decades of experience in the field of structural engineering, a significant portion of that with Bliss & Nyitray, Inc. William has been Engineer of Record and Structural (Threshold) Inspector for many of BNI's signature and award -winning projects such as the $1.8 Billion North Terminal Development at Miami International Airport. William takes a hands -an approach to engineering and is very involved in projects, particularly at the early stages by setting up structural concepts and system after comparison studies of various framing systems considering aesthetics, constructability, and economy. His leadership and experience ensures team interaction and participation resulting in projects that are delivered on schedule and uphold BNI's standards of the highest quality. Before joining Bliss & Nyitray, Inc., William worked as a Project Engineer far a major precaster in Miami, and for a New York City design consulting engineer on projects that included a major high-rise office building in New York City, a waterfront structure in Atlantic City, and railroad facilities for the North East Corridor from Boston to Washington D.C, William activety supervises all the engineering production in the Miami Office. Relevant Projects North Terminal Development - Miami International Airport, Miami, Florida • Prime Structural Consultant to Program Manager for the $2 billion North Terminal expansion • Responsible for Master Plan development and review of prime consultant's work • Project Manager Town Center One at Dadeland, Miami, Florida ■ 25-story, 550,000 SF office building with 687-car garage ■ Primary Structural System: Stories 1 through 11 Cast -in -place concrete columns, walls, and past -tensioned slabs. Stories 12 through 25 steel frame with cast in place concrete shear walls. • Principal in Charge, Engineer of Record, Threshold Inspector Roger Dean Stadium Hurricane Damage Repairs ■ Repair to load bearing light gage framing damage by collapsed light gage towers resulting from Hurricane Francis • Engineer of Record for repairs www.bnienyineers.ctim Miami l Tallahassee I West Palm Beach Florida Department of Health, Miami, Florida • Four-story, 64.000-SF replacement building for the Florida Department of Health • Design includes flexibility for multiple use including high density files. The building envelope is designed to resist category 4 hurricanes at 183 mph. ■ Principal In Charge, Engineer of Record, Threshold inspector, Project Manager Miami -Dade County Children's Courthouse. Miami, Florida ■ Fifteen story building with adjacent five level parking garage ■ Primary structural frame consists of reinforced concrete columns and shearwalls, and post -tensioned stab ■ Engineer of Record, Threshold inspector. Project Manager The Palace, Coral Gables, Florida • Two buildings, a 9-Story, 246,000 SF assisted living facility, and an 8-story parking structure for 565 cars. • Primary structural frame consists of reinforced concrete columns and shearwalls, and post -tensioned slab on pile foundation. • Principal In Charge, Engineer of Record, Threshold inspector Trump National Doral Golf and Spa Resort Renovations Doral, Florida ■ Major renovations to 693 guest rooms and suites and a 75,000 sf spa facility, several restaurants and other amenities. • Principal in Charge, Project Manager. Aeroterm Hangers #890 & 891 -- Miami International Airport, Miami, FL • Major renovation and repairs to the existing hangers #890 & 891. • Preparing as-builts for hanger # 891 as well full condition assessment of the facility. • Principal In Charge, Engineer of Record Dolphin Mall, Miami, Florida ■ 1.6 million SF shopping mall. • Tilt -up wall panels, structural steel floors, bar joist roof. • Engineer of Record, Threshold inspector, Project Manager Guifstream Park Racetrack Clubhouse (Design/Build) • 500,000-SF Racetrack facility with buildings including four dormitory bu • Facility constructed with reinforced c and Casino, Hallandale Beach, Florida a clubhouse and casino, and Ancillary ildings. oncrete, composite precast concrete and upper levels and roof with structural steel Engineer of Record, Project Manager www.bniengirieers.com Miami Tallahassee I West Palm Beath NIARINA U-rII_ITIES Dinner Key Marina: RFP No: 18-19-005 With reference to the following Engineers: • Fire Protection Engineer: RFP-EFPE • Plumbing Engineer: RFP-EPLE • Electrical Engineer: RFP-EELE Marina Utilities has selected RGD Consulting Engineers as the Fire Protection, Plumbing and Electrical Engineers on file. 239-4Q5-8877 10951 Harmony Park Dr., Bonita Springs, FL 34135 239-405-8878 fax City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the following information for completed projects within the past eight (8) year where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project-" The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requirement(s) under Section 3.S(C) of the RFP. 0 Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer) Reference Project Name/Address: Rybovich Marine Center, Riviera Beach, FL Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Bob Davenport PE LEED AP Reference Project Description: MEP/FP for Rybovich Marine Center for the Maintenance Building, Dock Master Building and Commissary building as well as dock fuel system. Scope of Services Provided: MEP/FP Compensation for Services: $ 25,000 Project Start Date: 6/ 2011 Project Completion Date: 11/20: Project Construction Cost: $ 6.2M Construction Start Date: Construction Completion Date: 6/2012 6 / 2013 Fire Protection Engineer's Company Name: RGD consulting Engineers Company's Contact Name: Nate Davenport Fire Protection Engineer's Title/Position: Principal Engineer Company's Contact Facsimile Number: 1-561-743-01933 Company's Contact Phone Number: 1-561-743-0195 ext 102 Company's Contact E-mail: nate.davenport@rgdengineers.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: n Yes C No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: U Above Expectations* ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Fire Protection Engineer provide Project Management Services? x❑ Yes Did the Fire Protection Engineer provide Construction Management Services? Yes Was the Fire Protection Engineer responsive to the Project Owner? n Yes Was the Fire Protection Engineer timely in its reviews and submittals? x❑ Yes Reference Company Name: Peacock and Lewis Reference Contact Name: Reference Title/Position: Architect Reference Telephone Number: 1-561-262-0387 Facsimile Number: ❑ No n No ❑ N/A No N/A No n N/A U N/A Jon Olson Reference Contact Signature: ❑ Ni E mail: Jon@peacoc andlewis,ccm RFP-EF Revised 11/05 City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form - RFP-EPLE INSTRUCTIONS Numbing Engineer shall complete the following information for completed projects within the past eight (8) years, whe the Proposer believes the project is of equal or greater scope, site, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. FT Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address: Rybovich Marine Center, Riviera Beach, FL Name(s) and Roles) of Plumbing Engineer Working on this Reference Project: Bob Davenport PE LEED AP Reference Project Description: MEP/FP for Rybovich Marine Center for the Maintenance Building, Dock Master Building and Commissary building as well as dock fuel system. Scope of Services Provided: MEP/FP Compensation for Services: $ 25,000 Project Start Date: 6f 2011 Project Completion Date: 11/20: Project Construction Cost: $ 6.2M Construction Start Date: Construction Completion Date: 6/2012 6/2013 Plumbing Engineer's Company Name: RGD Consulting Engineers Company's Contact Name: Nate Davenport Plumbing Engineer's Titre/Position: Principal Engineer Company's Contact Phone Number: 1-561-743-0195 ext 1C Company's Contact Facsimile Number: 1-561-743-0193 Company's Contact E-mail: nate.davenport@rgdengineers.c REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: E Yes n No Project Duration: If "No," was the Plumbing Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: x Above Expectations* [1 Average n Below Expectations r) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? U Yes ❑ No Did the Plumbing Engineer provide Construction Management Services? Yes n No Was the Plumbing Engineer responsive to the Project Owner? n Yes ❑ No Was the Plumbing Engineer timely in its reviews and submittals? x❑ Yes n No Reference Company Name: Peacock and Lewis Reference Contact Name: Jon Olson Reference Title/Position: Architect Reference Contact Signature: (;)�¢8rU Reference Telephone Number: 1-561-262-0387 Facsimile Number: E-mail: jon@peackandlewis.com ❑ No U N/A U N/A n N/A ❑ N/A RFP-EF Revised 11/05 City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past eight (8) years, whe the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at feast three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: Rybovich Marine Center, Riviera Beach, FL Names) and Role(s) of Electrical Engineer Working on this Reference Project: Bob Davenport PE LEED AP Reference Project Description: Rybovich Marine Center Proposal for the Maintenance Building, Dock master Building and Commissary building as well as fuel system. Scope of Services Provided: MEP/FP Compensation for Services: $ 25,000 Project Start Date: 6/ 2011 Project Construction Cost: $ 6.2M Project Completion Date: 11/20: Construction Start Date: Construction Completion Date: 6 /2012 Electrical Engineer's Company Name: RGD Consulting Engineers Company's Contact Name: Electrical Engineer's Title/Position: Principal Engineer Company's Contact Facsimile Number: 1 561 743 0193 6/2013 Nate Davenport Company's Contact Phone Number: 1-561-743-0195 ext Company's Contact E-mail: nate.davenport@rgdengineer REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ❑x Yes n No Project Duration: if "No," was the Electrical Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: U Above Expectations* Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Electrical Engineer provide Project Management Services? n Yes ❑ No n N/A Did the Electrical Engineer provide Construction Management Services? n Yes x No n N/A Was the Electrical Engineer responsive to the Project Owner? 0 Yes n No ❑ N/A Was the Electrical Engineer timely in its reviews and submittals? x Yes ❑ No ❑ N/A Reference Company Name: Peacock and Lewis Reference Contact Name: Jon Olson Reference Title/Position: Architect Reference Contact Signature: Reference Telephone Number: 1-561-262-0387Facsimile Number: E-mail: jon@peaco' andlewis.com No a)t. RFP-EE Revised 11105 Robert G. Davenport, PE, CGC, LEEP ' Frincipa{/Plumbing/ Fire Protection Engineer Robert G. Davenport is the founding principal of RGD Consulting Engineers and offers over 45 years of experience. Prior to the inception of RGD, Mr. Davenport was building commercial and residential buildings as a general contrac- tor. Bob is well acquainted with designing and building engineering systems for community centers and clubhouses. He has designed and overseen the design of 10Os of new and retrofit community/clubhouse projects including Turtle Creek Country Club, Naples Yacht Club and the Tequesta Country Club. RFf. EVANT FXi ERIENCE Town of Palm Beach Docks j Palm Beach, FL Conch Harbor Marina 1 Key West, Florida Shipyard Lauderdale Marina 1 Fort Lauderdale, Florida Watson Island Gardens Marina 1 Miami, Florida Rose Marina 1 Marco island, Florida Bahia Mar Marina 1 Fort Lauderdale, Florida RlvIexa B&ACH Mama 1 Riviera Beach, Florida Palms Marina 1 Miami. Florida Boca Grande Marina 1 Boca Grande, Florida Key West Village Marina 1 Key West, Florida New Smyrna Beach Marina 1 New Smynra Beach, Florida Jupiter Inlet Marina 1 Jupiter, Florida Blue Harbor Marina 1 Fort Pierce, Florida Snook Bight Marina 1 Ft Meyers Beach, Florida NAS Jacksonville Marina 1 Jacksonville, Florida Square Grouper Marina 1 Jupiter, Florida Rose Island Marina Bahamas Bell Island Marina 3 Bahamas Port Louis Marina f Mauritius Albany Marina j Bahamas Costa Rica Marina ! Costa Rico Pier 66 Marina I Ft. Lauderdale, Florida Bay Bridge Marina J Stevensville. Maryland PORT EADS MARINA I Plaquemines Parish, Loui EDUCATION Bachelor of Ocean Engineering Florida Atlantic University 1972 CREDENTIALS Registered Engineer PE 31932 Certified General Contractor CGC 15008308 RGD The Palm Harbor Marina West Palm Beach, Florida Size 200 state-of-the-art slips Scope HVAC Systems (shell only), Sanitary and Domestic Water Systems, Engi- neering and Construction Drawings. This Florida marina features over 200 state-of-the-art slips for yachts from 50' - 250'. In addition, state-of-the-art Mari- netek® concrete floating dock system with ample single and three-phase power. Amenities include a clubhouse, fitness center, business center and concierge service. RGD CONCH HARBOR MARINA Key West, Florida SHIPYARD LAUDERDALE MARINA Fort Lauderdale, Florida WATSON ISLAND GARDENS MARINA Miami, Florida ROSE MARINA Marco island, Florida BAI-EIA MAIL MARINA Fort Lauderdale, Florida RIVIERA BEACH MARINA Riviera Beach, Florida PALMS MARINA Miami, Florida BOCA GRANDE MARINA Boca Grande, Florida IFFY WEST VILLAGE MARINA Key West, Florida NEW SMYRNA BEACH MARINA New Smynra Beach, Florida IUPITER INLET MARINA Jupiter, Florida BLUE I-IARBOR MARINA Fort Pierce, Florida SNOOK BIGHT MARINA Ft Meyers Beach, Florida RIDS JACXSONVrt-LE MARINA Jacksonville, Florida SQUARE GROUPER MARINA Jupiter, Florida ROSE ISLAND MARINA Bahamas BEI.I. Isi.AND MARINA Bahamas PORT LOUIS MARINA Mauritius ALRANY MARINA Bahamas COSTA RICA MARINA Costa Rico PIER 66 MARINA Ft. Lauderdale, Florida BAY BRIDGE MARINA Stevensville, Maryland PouT EA Ds kl...n[i,!:\ Plaquemines Parish, Louisiana IONATHANS LANDING MARINA Jupiter, Florida SOUTH-1 SEAS MARINA Captiva, Florida PT CANAVERAL MARINA Port Canaveral, Florida MORNLNGSTAR MARINA Jacksonville, Florida i.AUDERDALE MARINA Ft. Lauderdale, Florida ]L.PITER POINT MARINA Jupiter, Florida DAYTONA BEACH MARINA Daytona Beach, Florida RYBoVICH ?VIA I;INA West Palm Beath, Florida PALM HARBOR 1MARIN. Palm Harbor, Florida JHBB MARINA Tequesta, Florida MADEIRA BEACH MARINA Madeira Beach, Florida SOU TII P O I NT ANCHORAGE MARINA Stuart, Florida ORANGE BEACH MARINA Orange Beach, Alabama LOGGERHEAD MARINA Jupiter, Florida Snake Creek ivlarina lslamorada, Florida HAMIt.TON HARBOR AND YACHT CLUB Naples, Florida NAPL.Es I3AY MARINA Naples, Florida SEBASTIAN MARINA Sebastian, Florida PM-TOKEE MARINA Pakohee, Florida RGD City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Special Inspector shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. El Yes ❑ No n Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Island Garden Marina Names) and Role(s) of Special Inspector Working on this Reference Project: Martin Reeb Reference Project Description: Utilities Installation Scope of Services Provided: Special Inspector for project as needed Compensation for Services: $ 20 .000 Project Construction Cost: $ Special Inspector's Company Name: REDI Special Inspector's Title/Position: Owner Company's Contact Facsimile Number: Project Start Date: / Project Completion Date: / Construction Start Date: 2014 Construction Completion Date: / / Company's Contact Name: Martin Reeb Company's Contact Phone Number: 239 389 0078 Company's Contact E-mail: mart in@reebenginee REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) c:c)ai,i, Project Completed on Time and within Budget : ® Yes n No Project Duration: l 8mont h If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? ❑ Yes No Quality of Services Provided: Above Expectations* n Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? ❑ Yes No ❑X N/A Did the Special Inspector provide Construction Management Services? ❑ Yes ❑ No [1 N/A Was the Special Inspector responsive to the Project Owner? ❑X Yes ❑ No ❑ N/A Was the Special Inspector timely in its reviews and submittals? IX 1 Yes ❑ No 1 N/A Reference Company Name: Marina Utilities Reference Contact Name: Robert MacDonalc Reference Title/Position: President Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-mail: robert@marinautilit com RFP-I Revised 11/05 City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Special Inspector shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCES) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑x Yes n No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Christoffe! s Harbor, St Kitts Name(s) and Role(s) of Special Inspector Working on this Reference Project: Martin Reeb Reference Project Description: Utilities Installation Scope of Services Provided: Special Inspector for project as needed Compensation for Services: $ 35.000 Project Construction Cost: $ Special Inspector's Company Name: REDI Special Inspector's Title/Position: Owner Company's Contact Facsimile Number: Project Start Date: / Project Completion Date: / Construction Start Date: 2013 / Construction Completion Date: 2 Company's Contact Name: Martin Reeb Company's Contact Phone Number: 239 389 0078 Company's Contact E-mail: mart in@reeben• inee REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) {IDAL'I Project Completed on Time and within Budget : [ Yes I I No Project Duration: 18month If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? Yes ❑ No Quality of Services Provided: [3Above Expectations* ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? Did the Special Inspector provide Construction Management Services? Was the Special Inspector responsive to the Project Owner? Was the Special Inspector timely in its reviews and submittals? ❑Yes No 1N/A n Yes ❑ No L N/A bj Yes ❑ No N/A Yes ❑ No ❑ N/A Ix l Reference Company Name: Marina Utilities Reference Contact Name: Robert MacDonalc Reference Title/Position: president Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-maiL• robert@marinautilit com RFP-I Revised 11/05 City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Special Inspector shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple i the "Project." The reference provided below should be for one (1) project, and must comply with the requirements liste' Section 3.5(C) of the RFP, Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NDN-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Albany Marina, Bahamas Name(s) and Role(s) of Special Inspector Working on this Reference Project: Martin Reeb Reference Project Description: Ut i lit ies Installation Scope of Services Provided: Special Inspector for project as needed Compensation for Services: $ Project Construction Cost: 35.000 Special Inspector's Company Name: REDI Special Inspector's Title/Position: owner Company's Contact Facsimile Number: Project Start Date: / Project Completion Date: / Construction Start Date: 2011 Construction Completion Date: ; / / Company's Contact Name: Martin Reeb Company's Contact Phone Number: 239 389 0078 Company's Contact E-mail: mart in@reeben• inee REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : Yes ❑ No Project Duration: 18month If "No," was the Special Inspector at fault or did it contribute to the delays) or increased cost? ❑ Yes Quality of Services Provided: [Above Expectations* U Average ❑ Below Expectations (') "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? ❑ Yes ❑ No Did the Special Inspector provide Construction Management Services? ❑ Yes ❑ No Was the Special Inspector responsive to the Project Owner? jj Yes ❑ No Was the Special Inspector timely in its reviews and submittals? Yes ❑ No ❑ No 41 N/A _xJ N/A ❑ N/A ❑ N/A Reference Company Name: Marina Utilities Reference Contact Name: Robert MacDonalc Reference Title/Position: President Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-mail: robert@marinautilit com RFP-I Revised 11/05 REDI REEB ENGINEERING & DESIGN, INC 205 Seminole Court Phone: (239) 389-0078 Marco Island, Florida 34145 email: martin@reebengineering.com REDI Engineering Services REDI (Reeb Engineering & Design, Inc.) is a consulting engineering firm that specializes in the design of Mechanical, Electrical, & Plumbing (MEP) systems for building and marine construction. Located in Southwest Florida, REDI has been serving engineering needs throughout the area since 1997. Mechanical, Electrical, & Plumbing services include, but are not limited to: *Marine, dock, and dry stack storage systems. *Air Conditioning, Ventilation. and Heating (HVAC) systems. *Plumbing systems. *Fire Protection systems. *Electrical power and lighting systems. *Fire Alarm systems Our services focus on the necessary steps for projects from inception to final completion. These include, among others: energy/cost reduction studies, construction/bidding documents, design/build, and necessary forms for permitting agencies. Vision Maintaining the company as flexible, adaptable, and efficient, REDI has kept to the principle that a responsive approach to projects, at a cost within budget, gives clients the best service. Working closely with installing contractors, we are equipped to provide efficient and timely attention to projects large or small. Background After graduating from Purdue University's engineering program, Martin Reeb began his career in the aircraft manufacturing industry, later refocusing his goals in the building construction industry. REDI engineering was formed in 1997 with a vision to provide quality services to the regions construction industry. Project Experience *Marine water side mechanical systems for boat slips. *Marine dry storage multi -level rack facilities for boat storage. *Office tenant spaces. *Retail/Restaurant tenant spaces. *Industrial and manufacturing. Company Registrations *Corporate Registration: Florida Certificate of Authorization No. 8160. *Qualifying Engineer: Martin Reeb, Florida Professional Engineer License No. 49323. www.reebengineering.com — Corporate Profile City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complei the "Project." The reference provided below should be for one (1) project, and must comply with the requirements liste Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: Port Eads Louisiana Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Frans Fouche Reference Project Description: Installation of Fuel System at Marina Scope of Services Provided: Quality Control and Training Compensation for Services: $ 25000 Project Start Date: Project Construction Cost: $ QA/QC Manager's Company Name: AEP QA/QC Manager's Title/Position: Sales Company's Contact Facsimile Number: Project Completion Date: / Construction Start Date: 2012 Construction Completion Date: / / Company's Contact Name: Kendra Company's Contact Phone Number: 904 362 0189 Company's Contact E-mail: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : 7 Yes U No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? Yes ❑ No Quality of Services Provided: [ Above Expectations* Average ❑ Below Expectations (') "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? Did the QA/QC Manager provide Construction Management Services? Was the QA/QC Manager responsive to the Project Owner? Was the QA/QC Manager timely in its reviews and submittals? Reference Company Name: Rittiner Equipment Reference Title/Position; Project Manager Reference Telephone Number: Facsimile Number: UYes fNo IA N/A Yes ❑ No X N/A ❑ No ❑ N/A ❑ No U N/A Reference Contact Name: Frank Spey Reference Contact Signature: ❑ Yes LA Yes E mail: frans@rittiner— equip.com RFP-E' Revised 11/05 City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS CIA/QC Manager shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple r the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the REP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the.QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes n No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: Christoffes Harbor, St Kitts Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Frans Fouche Reference Project Description: Installation of Fuel. System at Marina Scope of Services Provided: Quality Control Compensation for Services: $ 340, 000 Project Construction Cost: $ 15mi l QA/QC Manager's Company Name: AEP QA/QC Manager's Title/Position: Sales Company's Contact Facsimile Number: and Training Project Start Date: / Construction Start Date: / Project Completion Date: 2014 Construction Completion Date: Company's Contact Name: Kendra Company's Contact Phone Number: 904 362 0189 Company's Contact E-mail: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : I X Yes ❑ No Project Duration: If "No," was the O.A/QC Manager at fault or did it contribute to the delay(s) or increased cost? Quality of Services Provided: [ Above Expectations* ❑ Average n Below Expectations (') "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? Did the QA/QC Manager provide Construction Management Services? Was the QA/QC Manager responsive to the Project Owner? Was the QA/QC Manager timely in its reviews and submittals? Reference Company Name: Marina Utilities Reference Title/Position: project Manager Reference Telephone Number: Facsimile Number: U Yes ❑ No E Yes n No L3 N/A Yes ❑ No xi N/A ▪ Yes I I No ❑ N/A ▪ Yes l No ❑ N/A Reference Contact Name: Robert MacDonald Reference Contact Signature: E-mail: robert@marinautilit com RFP-E' Revised 11/05 City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the following information for completed projects within the past eight (8) years, where Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to comple the "Project." The reference provided below should be for one (1) project, and must comply with the requirements lister Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirements) under Section 3.5(C) of the RFP. [A Yes I No _ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address:palm Harbor Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Frans Fouche Reference Project Description: Installation of Fuel System at Marina Scope of Services Provided: Quality Control Compensation for Services: $ 100, 000 Project Construction Cost $ 15nti L QA/QC Manager's Company Name: AEP QA/QC Manager's Title/Position: Sales Company's Contact Facsimile Number: and Training Project Start Date: Project Completion Date: / Construction Start Date: 2015 Construction Completion Date: 1 Company's Contact Name: Kendra Company's Contact Phone Number: 904 362 0189 Company's Contact E-mail: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes n No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delays) or increased cost? n Yes Quality of Services Provided: ❑ Above Expectations* ❑ Average n Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? ❑ Yes ❑ No 13 N/A Did the QA/QC Manager provide Construction Management Services? Yes U No ❑ N/A Was the QA/QC Manager responsive to the Project Owner? n Yes ❑ No U N/A Was the QA/QC Manager timely in its reviews and submittals? [1 Yes ❑ No 7 N/A Reference Company Name: PMC Consulting Reference Title/Position: Protect Manager Reference Telephone Number: Facsimile Number: ❑ No Reference Contact Name: Paul Doyle Reference Contact Signature: E-mail: paul@pmc—consulting RFP-E' Revised 11/05 t1/441.\1r.1r* \ Frans Fouche Quality Assurance / Quality Control Manager Currently employed as the QA/QC Manger of Marina Utilities, Frans is responsible for all quality assurance and quality control issues relating to the installation of current projects. His focus is on safe working practice and ensuring that all standards are met or exceeded. Key to the success of any project is that the quality of the product being installed, and the workmanship applied. It is his responsibility to confirm that the installation will exceed the client's expectations. Employment: Marina Utilities, 2016 — Present, QAIQC Manager ■ Responsible for all QAIQC inspections and reporting Advantage Earth Products, 2011 — 2015, QA/QC Manager • Quality Assurance and Control both in the factory as well as in the field • Responsibilities included reports on installations as well as installation training Marley Pipe Systems, 2002 — 2010, Product Manager ■ Responsible for technical support and training on all HOPE pipe systems ■ Responsible for reporting and tracking of system failures and corrective action Telcom SA, 1989 — 2003, Product Specialist • Responsible for product training • Responsible for managing system maintenance and infrastructure upgrade Education • Post -Graduate Diploma: Marketing Management • Bachelor of Commerce: Business Management (Operational Research & Quantitative Management) • Undergrad-Diploma: Electrical Engineering (Light Current) City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Utility Coordination (UC) Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT 1N THE RESPONSE BEING REJECTED A5 NON -RESPONSIVE. REFERENCE'S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirements) under Section 3.5(C) of the RFP, ❑x Yes ❑ No Not Applicable REFERENCE PROJECT INFORMATION (To he Completed by the UC Manager) Reference Project Name/Address: Island Gardens Marina, 888 MacArthur Causeway, Miami, EL 33132 Names) and Roles) of UC Manager Working on this Reference Project: Cathy McKinley Reference Project Description: New Mega Yacht Marina Scope of Services Provided: Installation of Water, Sewer, Standpipe and Electrical Systems on Docks Compensation for Services: $ 3,4i08,041 Project Construction Cost: $ 18mi1 UC Manager's Company Name; Marina Utilities, Inc UC Manager's Title/Position: Administration Manager Company's Contact Facsimile Number: 239-405-8878 Project Start Date; 1 Construction Start Date; 9 / 2015 Project Completion Date: / Construction Completion Date: 8 / 2016 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: sales a[7marinautilities.eom REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : X Yes n No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ❑x Above Expectations* n Average Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? Yes ❑ No ❑ NIA Did the UC Manager provide Construction Management Services? 0 Yes No ❑ N/A Was the UC Manager responsive to the Project Owner? n Yes ❑ No ❑ N/A Was the UC Manager timely in its reviews and submittals? ❑x Yes n No ❑ N/A Reference Company Name: Flagstone Properties, LLG Reference Contact Name; Michael Pelczar Reference Title/Position: Project Manager Reference Contact Signature: Reference Telephone Number: (954) 253-5539 Facsimile Number: E-mail: mpelczar@flagstonegroup.com RFP-EUC Revised 11/05/18 00,10 jairg City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Utility Coordination (UC) Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC. Manager) Reference Project Name/Address: Island Gardens Marina, 888 MacArthur Causeway, Miami, FL 33132 Name(s) and Role(s) of UC Manager Working on this Reference Project: Cathy McKinley Reference Project Description: New Mega Yacht Marina Scope of Services Provided: Installation of Water, Sewer, Standpipe and Electrical Systems on Docks Compensation for Services: $ 3,408,001 Project Construction Cost: $ 18mil UC Manager's Company Name: Marina Utilities, Inc UC Manager's Title/Position: Administration Manager Company's Contact Facsimile Number: 239-405-8878 Project Start Date: / Project Completion Date: / Construction Start Date: Construction Completion Date: 9 / 2015 8 / 2016 Company's Contact Name: Robert MacDonald Company's Contact Phone Number: 239-405-8877 Company's Contact E-mail: sales@marinautifities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget ; X Yes No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? n Yes n No Quality of Services Provided: ❑x Above Expectations* n Average n Below Expectations (=) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? I X Yes ❑ No ❑ N/A Did the UC Manager provide Construction Management Services? ❑x Yes ❑ No ❑ N/A Was the UC Manager responsive to the Project Owner? X❑ Yes n No N/A Was the UC Manager timely in its reviews and submittals? ❑X Yes ❑ No ❑ N/A Reference Company Name: Flagstone Properties, LLC Reference Contact Name: Michael Pelczar Reference Title/Position: Project Manager Reference Contact Signature: Reference Telephone Number: (954) 253-5539 Facsimile Number: E-mail: mpelczar@flagstonegroup.com RFP-ELUC Revised 11/05/18 City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Utility Coordination (UC) Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP, Q Yes n No Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) Reference Project Name/Address: Marina Palms, 17201 Biscayne Blvd, North Miami Beach, FL 33431 Name(s) and Role(s) of UC Manager Working on this Reference Project: Cathy McKinley Reference Project Description; New Marina and Resort Scope of Services Provided: Installation of Water, Sewer, Standpipe and Electrical Systems on Docks Compensation for Services: $ 1,269,924 Project Construction Cost: $ 4.8mil Project Start Date: / Construction Start Date: 1 / 2015 UC Manager's Company Name: Marina Utilities, Inc UC Manager's Title/Position: Permitting/Utilities Coordinator Company's Contact Facsimile Number: 239-405-8878 Company's Company's Company's Project Completion Date: / Construction Completion Date: 1 / 2016 Contact Name: Robed MacDonald Contact Phone Number: 239-405-8877 Contact E-mail: sales©marinautiiities.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : X Yes n No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: 0 Above Expectations* n Average Below Expectations (Al "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? Did the UC Manager provide Construction Management Services? Was the UC Manager responsive to the Project Owner? Was the UC Manager timely in its reviews and submittals? Reference Company Name: Kearns Construction Reference Title/Position: Owner Reference Telephone Number: Facsimile Number: No ® Yes ❑ No Li N/A X❑ Yes No N/A RI Yes ❑ No N/A ❑X Yes ❑ No N/A Reference Contact Name:. John Kearns Reference Contact Signature: E-mail: ikeams@kearnscontruction.com RFP-EUC Revised 11/05/18 1� F tNA 4_,l- Catherine McKinley Utilities Coordination Manager Currently serving as the Permitting and Utility Coordination manager for Marina Utilities. Will serve in the same role in this project and help manage the flow of paper work for the permitting as well as all utility coordination efforts. Employment Marina Utilities, 2009 to Present, Permitting & Utilities Coordination Manager • Responsible for all permitting and utility coordination for construction projects • Responsible for Accounting, Human Resources, Purchasing and other front office functions Stein Builders, Naples, FL. 2003 —2008, Permitting and Design Coordinator ■ Responsible for permitting, assisted with marketing. Kellogg Company, Battle Creek, MI, 1981 —1999 Oct 1997 — Nov 1999, Director, Global Process Owner, Purchase to Pay • Responsible for coordinating global implementation of Oracle's ERP software. Dec 1996 — Oct 1997, North America information Systems Manager for Procurement • Responsible for defining Information Systems needed to support the Procurement process Feb 1994 — Nov 1986, Service Manager - Corporate Information Services • Internal customer service rep responsible for resolving service issues within the Information Services (IS) area, managed application support team for manufacturing & logistics systems. Jun 1992 —Jan 1994, Administration Manager - Muncy, PA Responsible for managing $40 million budget and the administrative staff in the Muncy Plant. Apr 1990 May 1992, Special Projects Resource - Lancaster, PA • Responsible for managing projects in multiple areas of the manufacturing plant Mar 1989 — Mar 1990, Shift Manager - Lancaster, PA Plant Aug 1986 — Feb 1989, Industrial Engineering Manager - Lancaster, PA Responsible for Plant industrial Engineering and Plant Computer Departments. Aug 1984 — Aug 1986, Sr. Industrial Engineer - US Food Products Division • Responsible for multi -plant performance reporting, providing warehouse studies to upper management including studies on the use of distribution centers. Jan 1981 — Aug 1984, Industrial Engineer - Battle Creek, MI • Responsible for performance reporting, budgeting, justifications and feasibility studies in the processing, packing and warehousing areas, waste reduction programs, computerizing budgeting systems and high rise warehouse studies. Education - BS in Engineering Management, - Dec 1980, Purdue University, West Lafayette Professional Memberships Institute of Industrial Engineers Society of Women Engineers National Management Association City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS Health & 5afety Manager shall complete the following information for completed projects within the past eight (8) yea where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Health & Safety Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Health & Safety Manager) Reference Project Name/Address: Island Gardens Marina Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Brent Huffman Reference Project Description: Furnish and install 921 foot long anchored steel sheet Scope of Services Provided: bulkhead and Compensation for Services: $ Project Construction Cost: $ 3 . 5mi l H&S Manager's Company Name: Ebsary H&S Manager's Title/Position: Augercast and Chain Med Moor anchorage sysi Project Start Date: / Project Completion Date: / Construction Start Date: 2 0 1 5 Foundat ion Company's Contact Name: H&S Manager Company's Contact Facsimile Number: Construction Completion Date: 2 Company's Contact Phone Number; 305 325 0530 Company's Contact E-mail: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: id Yes n No Project Duration: If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? n Yes U r Quality of Services Provided: [ Above Expectations* I I Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? L Yes No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? r{ Yes ❑ No ❑ N/A Was the Health & Safety Manager responsive to the Project Owner? ❑ Yes ❑ No N/A Was the Health & Safety Manager timely in its reviews and submittals? ❑x Yes ❑ No Lf N/A Reference Company Name: Ebsary Foundat ion Reference Title/Position: Project Director Reference Telephone Number; Facsimile Number: x J Reference Contact Name: Matt Shiring Reference Contact Signature: E-mail: matt@ebsaryfoundat_ .cam RFP-EH Revised 11105 AK ft City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS Health & Safety Manager shall complete the following information for completed projects within the past eight (8) yea where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Health & Safety Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the health & Safety Manager) Reference Project Name/Address: port of Miami Names) and Role(s) of Health & Safety Manager Working on this Reference Project: Reference Project Description: Emergency repair to remove and replace approximately 16C Scope of Services Provided: of waterside gantry crane rail. Compensation for Services: $ Project Construction Cost: $ 170.000 1 H&S Manager's Company Name: Ebsary Foundation H&S Manager's Title/Position: H & S Manager Company's Contact Facsimile Number: Brent Huffman Project Start Date: / Project Completion Date: Construction Start Date:2015 Construction Completion Date:2 1 Company's Contact Name: Company's Contact Phone Number: 305 325 0530 Company's Contact E-mail: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: I xI Yes ❑ No Project Duration: If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? U Yes ❑ E Quality of Services Provided: Above Expectations* n Average Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? n Yes n No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? U Yes n No ❑ N/A Was the Health & Safety Manager responsive to the Project Owner? n Yes ❑ No !N/A Was the Health & Safety Manager timely in its reviews and submittals? n Yes ❑ No n N/A Reference Company Name: Miami Dade County Seaport e -�r cat t Name: Juan Bergouignan Reference Title/Position: project Director Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-mail: Juberq@miamidade . qo� RFP-EH. Revised 11/05 H&S Manager's Company Name: Ebsary H&5 Manager's Title/Position: H&S Manager Company's Contact Facsimile Number: City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS Health & Safety Manager shall complete the following information for completed projects within the past eight (8) yea where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability complete the "Project." The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON-RESPONSI REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Health & Safety Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Health & Safety Manager) Reference Project Name/Address: Hurricane Sandy Waterfront Repair Name(s) and Roles) of Health & Safety Manager Working on this Reference Project: Brent Huffman Reference Project Description: Installation of 19ea 12" x 40ft driven pipe pilings Scope of Services Provided: Compensation for Services: $ Project Start Date: / Project Completion Date: / Project Construction Cost: $ 200.000 Construction Start Date:2015 Construction Completion Date: 2 / / Foundation Company's Contact Name: Company's Contact Phone Number: 305 325 0530 Company's Contact E-mail: REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: Yes n No Project Duration: If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? 1 1 Yes ❑ P Quality of Services Provided: [ Above Expectations* LJ Average n Below Expectations (1"Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? U Yes n No U N/A Did the Health & Safety Manager provide Construction Management Services? U Yes n No U N/A Was the Health & Safety Manager responsive to the Project Owner? To Yes LI No n N/A Was the Health & Safety Manager timely in its reviews and submittals? [X] Yes No ❑ N/A Reference Company Name: Naval Facilities Engineers !fence Contact Name: Willie Dobes Reference Title/Position; Pro ect Director Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-mail; wdobes@hpepper. corn RFP-EH: Revised 11/05 Brent Huffman Health & Safety Manager Currently serving as the Health & Safety Director for Ebsary Foundations. Will take the sarne role and responsibility on the contracting team for Marina Utilities, including all subcontractors. Responsible for providing team wide safety and health management to include site specific safety plans, safety training, equipment inspections, environmental safety plans and safety audits and inspections. Employment: Ebsary Foundation, Miami, FL - 8 years as both a Safety Director and Project Manager, GLF Construction Corporation, Miami, FL - 2 years as Project. Engineer. Condotte America, Inc., Miami, FL -- 3 years as Project Engineer. APAC Southeast, Inc_ (Major Project Group), Miami, FL - 2 years as Field Engineer. Education: MS in Construction Management, Florida International University, Miami, FL BS in Construction Management, Florida International University, Miami, FL Professional Certifications: Associate Safety Professional (ASP), License # ASP-27448, Board of Certified Safety Professionals, Professional Certificate in Construction (PCC) & General industry Safety (PCG), University of South Florida DTI, OSHA Authorized Construction Trainer; License # C0103287 University of South Florida DTI (OSHA 10/30 hour instructor) Certifications & Training: CPR/RED/First Aid Instructor OSHA 30 Hour - Construction industry OSHA 30 Hour- General Industry OSHA 40 - Hazardous Waste Operations and Emergency Response (HAZWOPER 40) OSHA 500 - Trainer Course for the Construction Industry OSHA 510 - Standards for the Construction Industry OSHA 511 - Standards for the General Industry OSHA 521 - industrial Hygiene OSHA 3015 - Excavation. Trenching, and Soil Mechanics OSHA 3115 - Fall Protection OSHA 2015 - Hazardous Materials OSHA 2045 - Machinery and Machine Guarding Standards OSHA 2055 - Cranes in Construction OSHA 2225 - Respiratory Protection OSHA 2264 - Permit Required Confined Space Entry OSHA 3095 - Electrical Standards OSHA 7400 - Noise Hazards OSHA 7405 - Fall Hazard Awareness OSHA 7410 - Managing Excavation Hazards OSHA 7500 - Safety and Health Management OSHA & GHS Hazardous Communication Training Certificate USAGE EM-385-1-1 Hazard Awareness Training MARINA TJ 8. List of Similar Projects List of Similar Projects Of the Key Personnel listed, the Project Manager, Construction Manager, Quality Control Manager and the Utility Coordination Manager are all employees of Marina Utilities and as such have worked together on every marina project performed and in the same roles listed. The Special Inspector for the project, Martin Reeb, has been the Engineer of Record for well over 100 projects designed and built by Marina Utilities. Due to the limitations on space, the projects are not listed here. A list can be provided upon request. The Structural Engineer, Fire Protection Engineer, Plumbing Engineer and Electrical Engineer are all employees of RGD Consulting. Projects designed by RGO and also worked on by Marina Utilities include; • Hamilton Harbor, Naples, FL. ■ Pahokee Marina, Pahokee, FL, o Naples Bay Marina, Naples, FL. • New Smyrna Beach Marina, New Smyrna Beach, FL. • Snook Bight Marina, Ft. Myers Beach, FL. • NAS Jacksonville Marina, Jacksonville, FL. • Albany Marina, Bahamas ■ Pori Canaveral Marina, Port Canaveral, FL. • Rybovich Marina, West Palm Beach, FL. • Palm Harbor Marina, Palm Harbor, FL. The Lead Engineer for the project is Coastal Systems. Projects designed by Coastal Systems and also worked on by Marina Utilities include; • Island Gardens Marina, Miami, FL. • Rybovich Marina, West Palm Beach, FL. • Harbourside Marina, Jupiter, FL. MARINA UT 1 L I T 1 E s 9. List of Government Projects RFP-PN Revised 10/25/18 or; r,r 6, ,Aft ys City of Miami, Department of Procurement Proposal Narrative Form - RFP-PN RFP No.: 18-19-005 RFP Title: Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Proposer: Marina Utilities, Inc.. List of Government Projects: Name: Address Scope of Work completed Grant Application Comments MWR Marina Naval Air Station, Jacksonville, FL Installation of water, sewer, standpipe, electric, fuel and fire alarm systems No Twin Dolphins Marina 10001sf Ave W Bradenton, FL 33205 Installation of water, sewer, electric and standpipe system Yes Assisted the leasee in creating the grant Tarpon Pier City of Key West Installation of water, sewer, electric and standpipe system No Cocohatchee River Park Marina Collier County, FL Installation of water and electric and systems No Poseidon Wharf Cape Canaveral Air Force Base Repair and replacement of Compress air lines, bilge lines, CHT lines, fire lines and water lines No Kings Bay Kings Bay Submarine Base, GA Installation of electric, lighting, water and sewer systems No FMY Bch Coast Guard Station Fort Myers Beach, FL Installation of electrical and fuel upgrades No Fernandina City of Fernandina Beach Installation of multiple standpipe system No Miami -Dade Fire Rescue Port of Miami No 1 MA RINTA UT I L I T I E S 10. Proposer's Organizational Chart 10. Marina Utilities Organizational Chart Fire Protection Engineer RGD Consulting Engineers Electrical Engineer RGD Consulting Engineers Plumbing Engineer RGD Consulting Engineers Lead Engineer Coastal Systems Structural Engineer Bliss & Nyitray Marina Utilities City of Miami AGC Electric Project Manager Marina Utilities Construction Manager Marina Utilities Ebsary Foundation Structural Group QA/QC Manager 1) Marina Utilities Special Inspector Reeb Engineering and Design Utilities Manager MA BJINA LJT I L I -Jr I it-, y 11.Form C-1 List of Subconsultants/Subcontractors City of Miami, Department of Procurement List of Sub-Consultants/Sub-Contractors/Suppliers - RFP-C-1 Instructions This form is to be completed and submitted listing all Sub -Consultants, Sub -Contractors, and suppliers to be used under this Agreement. This form is to be updated after Sub -Consultants, Sub -Contractors, and suppliers may be added or substituted. Please identify the type of license(s) each Firm holds, and identify any Miami -Dade County Small Business Enterprise (SBE)/Disadvantaged Business Enterprise (DBE) or Florida Department of Transportation (FDOT) certifications. No other certifications are required to be identified. Failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-19-005 Name of Proposer: RFP Title: DESIGN -BUILD SERVICES FOR THE DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT Marina Utilities, Inc. Name of Firm Address Scope of Work Professional License(s) Number SBEJDBE1Fa0T Certification Number 'Dip of Work Coastal Systems International 464 south Dixie Hwy, Miami FL 33145 Lead Engineer 35616 1 RGD Consulting Engineers 2I51 S Alt AlA Suite 2000, Jupiter FL 33477 Electric, Plumbing, Fire Engineer 31932 1% Bliss & Nyitray 5835 Blue Lagoon Dr, Suite 400, Miami FL 33126 Structural Eng 674 1% REDI Engeering 205 Seminole Court, Marco Island FL 34145 inspections 5160 1% Ebsary Foundation 2154 NW North River Drive, Miami FL 33125 Replace Piers CGC059721 F590229150 20% Structural EngineeringGnup 2001 Blount Road, Pompano Beach FL 33069 Concrete Repairs 32577 3% AGC Electric 2660 W 79th St. Hialeah FL 33016 Electrical Installation CGC054389 35% Marina Electrical Equipment 1715 Merrimac Trail, Williamsburg, VA 23185 Supplier Elec Gear 6% RFP-C-1 Revised 10/25/18 MARINA 1 L I T I E S 12. insurance Capability Letter #2134ces ranc December 4, 2018 Marina Utilities, Inc. 10951 Harmony Park Dr Bonita Springs, FL 34135 Re: Commercial Urnbretla Policy, EX124508 Policy Period: 10/30/2018 to 1/30/2019 Dear Cathy: Experience the Power of Partnership. We have confirmed that a total of $15,000,000. in Commercial Umbrella/Excess Liability can be obtained for Marina Utilities, Inc. shoutd you need to have our agency do so. You may provide this letter to the City of Miami along with your bid for: PROJECT - DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT. ' at ed' Re azdo. Cheryl Nevins Commercial Account Manager cn evin s( tykes i ns u rance. cori 239.93 i.5600 • 239.931.5604 Fax • 5216 5urnmerlin Commons Blvd. • Fort Myers, Florida 33907 lykesinsurance,cam AC RC7 D CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 12/4/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRO]7UCER Lykes Insurance, Inc. P.O. Box 60043 Fort Myers FL 33906-6043 INSURED Marina Utilities, Inc. 10951 Harmony Park Dr Bonita Springs FL 34135 MARIN-5 CONTACT NAME: Cheryl Nevins PHONE Na jt1: 239-931-3037 EMAIL ADDRESS: cnevins{rDlykesinsurance.com INSURER(S) AFFORDING COVERAGE INSURER A: Wesco Insurance Company INSURER B : CNA Insurance Companies INSURER c : (A/ , NO: 239-931-5604 NAIC # 25011 INSURER D : INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 761879479 THIS 15 TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL !NSA SUER WVO POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP fMMIDDIYYYYZ LIMITS 6 X COMMERCIAL GENERAL LIABILITY ML97E10722 113012018 1/30I2019 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE x OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) 5100,000 X Contractual 'tab MED EXP (Any one person) 55,000 PERSONAL & ADV INJURY S 1,000,000 GEN'L AGGREGATE X LIMIT APPLIES JE Q PER: 1 LOC GENERAL AGGREGATE 5 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ e AUTOMOBILE X X x LIABILITY x SCHEDULED AUTOS NON AUTOS -OWNED 0057559352 11301201a 1130I2010 COMBINED SINGLE LIMIT (Ea accident) 5 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per i i 5 PROPERTY DAMAGE (Per acciden0 5 PIP 5 10,000 B X UMBRELLA LIAB EXCESS LIAB __J OCCUR CLAIMS -MADE EX124508 10/301201a 113G12019 EACH OCCURRENCE 51,000,000 AGGREGATE $ DED 1 RETENTIONS $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NN) If yes, describe under DESCRIPTION OF OPERATIONS below y I N N 1 A WWC3316144 11/25/2015 11/2&2019 X 4 PEAI TUTE 1 OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E L. DISEASE - EA EMPLOYEE 5 1,000,000 E.L. DISEASE - POLICY LIMIT 5 1.000,000 A USL& H WWC3387775 11128I2018 11f2812019 51,000,000. DESCRIPTION OF OPERATIONS /LOCATIONS I VEHICLES (ACORD 101, Additional Remark Schedule, may be atlached if more space is requt ed) State Certified License Numbers: CFC1427833 CGC1520652 EC13007713 Longsbore and Harbor Workers Compensation Act Coverage Included RFP NO: 18-19-005 See Attached... CERTIFICATE HOLDER CANCELLATION CITY OF MIAMI Office of the City Clerk, City Hall 3500 Pan American Drive Miami FL 33313 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserve; ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: MARIN-5 AC Rai LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Lykes Insurance, Inc. POLICY NUMBER CARRIER NAIL CODE NAMED INSURED Marina Utilities, inc. 10951 Harmony Park Dr Bonita Springs FL 34135 EFFECTIVE DAT ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE PROJECT - DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT THIS CERTIFICATE 15 FOR BIDDING PURPOSES ONLY- Coverage limits can be Increased upon request ACORD 101 (2008101) ©200li ACORD CORPORATION. All rights reserve) The ACORD name and logo are registered marks of ACORD J -o MARINA UT ILITIES 13. Letter for Bonding Surety tiwww ultersa rety cont December 3, 2018 CITY OF MIAMI Department of Procurement 444 SW 2nd Avenue - 6111 Floor Miami, FL. 33130 Attention: Fernando V. Ponassi, MA Arch_, MA PPA, LEED AP Assistant Director, A&E and Construction Services RE: Marina Utilities, Inc. Project: DINNER KEY MARINA 3400 Pan American Drive, Miami, FL. 33133 This is to advise you that our office provides Bid, Performance, and Payment Bonds for Marina Utilities, Inc. Their surety is United States Fire Insurance Company, which carries an A.M. Best Rating of A Xl1 and listed in the Department of the Treasury's Federal Register. Based upon normal and standard underwriting criteria at the time of the request, we anticipate providing Performance and Payment Bonds for single size jobs in the $10,000,000 range and $20,000,000 in the aggregate. These amounts should not be construed as a limit but rather a guide to handle their day-to-day needs_ We obviously reserve the right to review all contractual documents, bond forms, and obtain satisfactory evidence of funding prior to final commitment to issue any bonds. Marina Utilities, Inc., is an excellent contractor and we hold them in high regard. Obviously, we feel extremely confident in our contractor and encourage you to offer them an opportunity to execute the captioned project. This letter is not an assumption of liability. It is issued only as a bonding reference requested by our respected client. If you should have any questions, please do not hesitate to give me a call. Sincerely, United-Stafe ire Insurance Company Saline frely Bond Producer 5979 15lst Sicee6 Suiie 202 ° !Miami Lases, Floruta 3311 P. MARINA UT I L I T I E S 14. Joint Venture Form (if applicable) NIA MARINA r 1 15. Acknowledgement of Addenda, Reference Documents and Proposer Information Forms (Section 6.0) and Attachments SECTION 6 RFP RESPONSE FORMS 6.1. RFP INFORMATION FORM RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. 1 certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFP 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 RFP, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Marina Utilities, Inc. Firm's Name 10951 Harmony Park Drive, Unit4, Bonita Springs, FL. 34135 Principal Business Address 239-405-8877 Telephone 239-405-8878 Fax sales@marinautilities.com E-mail address Robert MacDonald Name President Title Authorized Signature Design -Build Services for the Dinner Key Marina 54 RFP No. 18-19-005 Repairs and Restoration Project The selected firm Is required by State and/or Federal law to make representations and certifications listed in Section 2.0 — RFP Scope of Services ("Exhibit A') as part of the Proposal and Contract upon award. It is understood by the firm that the representations and certifications made herein are a part of the Contract and that, in addition to all other remedies provided by law, a false or fraudulent representation or certifications shall be a breach of Contract. The firrn certifies by completing and signing below, that he or she has read Section 2.0 — RFP Scope of Services and the certified signature constitutes an endorsement and execution of each representation and certification as though each was individually signed. Please print the following and sign your name: Marina Utilities, Inc. Firm's Name 10951 Harmony Park Drive, Unit4, Bonita Springs, FL 34135 Principal Business Address 239-405-8877 Telephone 239-405-8878 Fax sales@marinautilities.com E-mail address Robert MacDonald Name President Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED, Design -Build Services far the Dinner Key Marina 62 RFP No. 1 g-1i 9-005 Repairs and Restoration Project RFP RESPONSE FORMS RFP NO. 18-19-005 I certify that any and ail information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFP 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 RFP, and certify that I am authorized to sign for the Proposers firm_ I certify that I have accepted, evaluated and included as part of this RFP, all documents. forms, and attachments. Please print the following and sign your name: Marina Utilities, Inc. Firm's Name 10951 Harmony Park Drive, Unit4, Bonita Springs, FL 34135 Principal Business Address 239-405-8877 Telephone 239-405-8878 Fax sales@marinautilities.com E-mail address Robert MacDonald Name President Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 63 RFP No. 18-19-005 Repairs and Restoration Project 6.1.a - CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF FL ) } SS: COUNTY OF Lee 1 HEREBY CERTIFY that a meeting of the Board of Directors of Marina Utllitie, Inc , a corporation existing under the laws of the State of Florida held on December 3rd 20 18 , the following resolution was duty passed and adopted: "RESOLVED, that Robert MacDonald authorized to execute the Response dated, , as President of the Corporation, be and is hereby December 5 , 20 18 , 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 3rd , day of December 2018 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 55 RFP No. 18-19-005 Repairs and Restoration Project 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 (3) years. The City Manager shall also have the authority to suspend a contractor or design - builder 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 Chef Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission, (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4, Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (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 arty of the violations set forth above, or debarred or suspended as set forth in paragraph (b) (5). Design -Build Services for the Dinner Key Marina 6b RFP No, 18-19-005 Repairs and Restoration Protect Company Name: Signature: Date: Marina Utilities, Inc, 12-5-2018 *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. ❑esign-Build Services for the Dinner Key Manna 61 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Coastal S 7.--- nte anal, inc. Signature: Date: December 5( 20 8 1 'ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 6 ` RFP No. 18-19-005 Repairs and Restoration Project Company Name- Signature: Date: 'ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FfRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Signature: Date: GD Consg Engi ,-ers 12/5/2018 *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project Company Name: :Sign aturea Rate._ •a `ADDITIONALLY, THIS:F©RM IS REQUIRED OF ALL SUB CONSULTANTAWSTZAOICIIJIE RESPONDENT'S TEAM AND FORMA: S)GNED SY A REPRESENTATIVE OF EACH FIRM- SHALL ;SE S }eM111-E WITH THE RESPONDENTS' RWPiCKAGE. Design -Build Services for the 1 irnerkey Marine 61 RFP Na. 18-19.00a Repairs and Restoration Project STATE OF FLORIDA COUNTY OF Lee Before me, a Notary Public duly Robert MacDonald sworn upon oath says that he/she Compliance with Ordinance 13331 20 8 Subscribed and Sworn to My commission expires: } } SS commissioned, qualified and acting personally, appeared to me well known, who being by me first duly has been authorized to execute the foregoing Certificate of on behalf of Proposer Firm named therein in favor of the City. before me this Sth day of December ogf twat' 4' ' GG 159711 ▪ 74 .c• Expires January 25, 2022 4-0F Foll"@ Barrd.d 1?i Dotal May Swital Bonded by Notary Public, State of Florida at Large Design -Build Services for the Dinner Key Marina 64 RFP No. 18-19-005 Repairs and Restoration Project oW zG m zo KEARNS • • CONSTRUCTION CO • CGC 060194 Table of Contents Proposal Cover Letter Tab 1 Proposal Narrative Tab 2 Qualifications of the Proposer Tab 3 Experience of the Proposer Tab 4 Qualifications of the Lead Engineer Tab 5 Experience of the Lead Engineer Tab 6 Experience of the Project Manager Tab 7 Experience of the Construction Manager Tab 8 Experience of the Structural Engineer Tab 9 Experience of the Fire Protection Engineer Tab 10 Experience of the Plumbing Engineer Tab 11 Experience of the Electrical Engineer ... Tab 12 Experience of the Special Inspector Tab 13 Experience of the Quality Assurance/Quality Control Manager Tab 14 Experience of the Utility Coordination Manager Tab 15 Experience of the Health & Safety Manager Tab 16 List of Similar Projects Tab 17 List of Proposer's Governmental Projects Tab 18 Proposer's Organizational Chart Tab 19 Form C-1 List of Subconsultants/Subcontractors Tab 20 Insurance Capability Letter Tab 21 Letter from Bonding Surety Tab 22 Acknowledgment of Addenda, Reference Documents and Forms Tab 23 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com 1 1 KEARNS • • CONSTRUCTION CO • CGC 060194 Proposal Cover Letter 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com RFP No.: RFP Title: Proposer: Name: Address: FEIN #: City of Miami, Department of Procurement Proposal Cover Letter - RFP-PCL 18-19-005 Deskrn-Build Services for the Diener Key Marina Repairs and Restoration Protect Kearns Construction Company John W. Kearns III 2550 South Bayshore Drive, Suite 206-B, Coconut Grove, FL 33133 Florida Corporation No.: 77-0615005 P01000015810 Proposer's Contact Person: Title: John W. Kearns III Chief Financial Officer Telephone: E-Mail: (305) 461-0310 JKearnsta"2KearnsConstruction.com Certification of Compliance with Minimum Qualification Requirement(s) 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: Title: Signature: Date: John W. Kearns III Chief Fine cial Officer . i -- .53. it iv? q /-2,40 t g RFP-PCL Revised 10/25/18 4 KEARNS CONSTRUCTION CO • CGC 060194 Proposal Narrative 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com RFP No.: RFP Title: Proposer: City of Miami, Department of Procurement Proposal Narrative Form - RFP-PN 18-19-005 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Kearns Construction Company In the space provided below respond to the requirements for the Proposal Narrative, specified in Section 4.1(A)(3) of the RFP. Kearns Construction Company is extremely motivated by this opportunity to serve the City of Miami and its boating community, and is fully prepared to mobilize its workforce and commence this important project at once. No other marine contractor knows Dinner Key Marina as well as Kearns Construction: Our corporate headquarters is a short stroll away in the neighborhood. We have successfully completed more marina and marine projects for public and private clients throughout South Florida in recent years than any other company. Our experience and unblemished record of success is unmatched — roughly nine out of every 10 Kearns Construction customers are repeat clients or were referred to us by our former clients. Kearns Construction never has finished a project late or been required to pay liquidated damages, and we never have been sued by a client or had a lien filed against any of our projects. With 10 barges, eight cranes and a strong financial backbone, Kearns Construction has the resources to efficiently restore Dinner Key Marina. Our overarching approach to this project is to make Dinner Key Marina more resilient to intense -weather events, storms which inevitably will occur. This will be accomplished by using improved materials and by making better design and construction decisions. For example, the existing docks and mooring piles are actually harmful to vessels during storms: At such moments, the higher water levels raise vessels above the top of the piles, increasing the risk of hull puncture and the ultimate sinking of the boats. During the most recent three storms (hurricanes Andrew, Wilma and Irma), even large yachts have floated over the dock piles and landed on top of the concrete docks. This repetitive outcome destroys both boats and docks. Our approach will be to increase the height of all piles scheduled for replacement by five feet. This will greatly minimize the impact on hulls during storm events. We also will improve the decking at the marina. And we will collaborate with the City to implement a plan to fortify the Spoil Island. During storms, vessels from the anchorage break loose from their moorings and float over the Spoil Island, becoming floating missiles that damage docked vessels and structures at Dinner Key Marina. Kearns Construction will perform the necessary repairs at Dinner Key Marina in three phases. Phase I would repair Piers 1, 2 and 3. Phase II would repair Piers 4, 5 and the north side of Pier 8. Phase III would repair Piers 6, 7, the south side of Pier 8 and Pier 9. This approach addresses the abandoned and most damaged slips first, minimizing impacts to the marina's ongoing operations. In short, Kearns Construction intends to start on the north side of Dinner Key Marina and work our way south. Engineering design and permit expediting will commence immediately upon contract award. The engineering design team consists of highly experienced professionals with unparalleled expertise in marine facilities. Cummins Cederberg will act as the lead for the design team and will coordinate efforts of all other RFP-PN Revised 10/25/18 City of Miami, Department of Procurement Proposal Narrative Form - RFP-PN Please utilize the space below, as necessary. disciplines. The principals and professional staff at Cummins Cederberg have been involved in hundreds of similar marine projects -- some of them far more complex than Dinner Key Marina -- throughout Florida, the Caribbean and Latin America. One unique aspect of this project is the pre -fabricated deck members, designed specifically to achieve the long spans between pile bents. The structural team at Cummins Cederberg will explore multiple methods for reconstruction, which might include adding pile bents to achieve a shorter span and afford opportunities for alternative designs. Ultimately, our design -build team will select the most robust, resilient and efficient approach in order to repair and replace the marine structures and return Dinner Key Marina to maximum operational mode as quickly as possible. One of the key elements of this project is the restoration and enhancement of utility services, particularly the electrical component. For this reason, our team includes the highly regarded engineers at Basulto & Associates. To summarize, Kearns Construction first will commence engineering design and make necessary safety repairs throughout the marina; currently, much existing decking and some finger piers are broken and/or unsecure. Next, we will submit for approval and order all long -lead items; currently, there are long delays with the procurement of power pedestals, fiberglass decking and certain other required project components. We will then commence weekly construction meetings with City administrators, to keep them timely apprised of project progress: The most successful marina reconstructions are those with elevated and direct levels of communications between clients and their construction team. These simple steps will immediately improve Dinner Key Marina operations and shorten the reconstruction process. RFP-PN Revised 10/25/18 4 KEARNS CONSTRUCTION CO • CGC 060194 Qualifications of the Proposer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Qualifications of Proposer - RFP-QP Instructions This form is to be completed and submitted in accordance with the requirements of the RFP to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-19-005 RFP Title: Dinner Key Marina Repairs and Restoration Project Name of Proposer: Kearns Construction Company Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Marina and marine design and construction Type of Firm: Corporations LLC❑ Partnership ❑ Sole Proprietor Joint Venture Other Certified Small or Minority Owned Business: Yes fl No Issued by (name): Type of Ownership Certification(s): All necessary regulatory certifications current and valid Is this the Proposer's Office its main office? Yes 0 No ® If No, please provide your main office location: Main office: 2550 South Bayshore Drive, Suite 206-B, Coconut Grove, FL 33133 Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes ❑ No El If "Yes," indicate location of offices: Number of years in business under current name: 17.5 . If the Proposer has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design/Bid/Build: 8 Design/Build: CM -at -Risk: N/A Private Sector: 13 Federal Government: 4 State/County/Municipal: 15 City of Miami: 10 Name of Projects: See attached list Residential/Residential High -Rise: Office: Mixed -Use: Retail: LEED/Green Globe Certified: Other (specify): Marine construction, marina replacement seawalls, bulkheads; pile driving and coffer dams (including largest ever in North America) RFP-QP Revised 10/25/18 City of Miami, Department of Procurement Qualifications of Proposer - RFP-QP List below the names of owners, officers, principals, and the principal -in -charge -of the Proposer's firm together with the title and percentage of ownership (add additional pages as necessary): Name Title % Ownership Charles S. Kearns President and Chief Executive Officer 80 James B. "Brock" Sullivan, Jr, Chief Operating Officer 10 John W. Kearns III Chief Financial Officer 10 By signing below Proposer certifies that the information contained in Form RFP-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 discretionfeject the Response as non -responsive. IIi 22-4/`2 1R Date Signature of AuthorizedOfficer John W. Kearns III Printed Name Chief Financial Officer Title RFP-QP Revised 10/25/18 KEARNS CONSTRUCTION CO • CGC 060194 Completed Projects: DKM RFP — Last Five (5) Years Kearns Construction Company / CGC 060194 November 29, 2018 City of Miami: Description Completion Date 1. City of Miami - Greenheart Pile Installation 2013, 2014, 2017 Dinner Key & Miami Marina 2. City of Miami — Kennedy Park Docks 3. City of Miami — Spoil Island E New Docks 4. City of Miami — Spoil Island C Dock Repair & Dredge 5. City of Miami — Irma Vessel Removal 6. City of Miami — Trucking of DV @ Seminole Boat Ramp 7. City of Miami — Watson Island Dock Repairs 8. City of Miami — Irma Boat Ramp Repairs 9. City of Miami — Miami Marina Repairs, Pier 5 10. City of Miami — Miami Marina Repairs, Thriller 2013 2014 2015 2017 2018 2014 2017 2017 2017 % Completed by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 100% by Kearns 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com KEARNS CONSTRUCTION CO • CGC 060194 State / County / Municipal Description: Completion Date % Completed 1. Port Miami — Clear Debris and Open Port Irma 2017 100% by Kearns 2. Port Miami — Passenger Bridge Relocation 2018 100% by Kearns 3. Port Miami — Passenger Bridge Relocation 2014 100% by Kearns 4. Port Miami — Reef Ball Mitigation 2014 100% by Kearns 5. Miami Dade Parks — Black Point Shoreline Stab. 2017 100% by Kearns 6. Miami Dade Parks — Greenheart Mooring Piles 2015, 2018 100% by Kearns 7. Miami Dade DERM — Marine Debris and D.V.'s 2015, 2017 100% by Kearns 8. Miami Dade DERM — Offshore Artificial Reef 2017 100 by Kearns 9. Miami Dade Parks — Black Point Shoreline 2017 100% by Kearns 10. Miami Dade Parks — Channel Markers 2018 100% by Kearns 11. Miami Dade MDWS — Norris Cut Sewer Shaft 2015 100% by Kearns 12. City of Key West —Seawall and Marina Repair 2017 100% by Kearns 13. FDOT — Marine Demolition of Venetian Causeway 2015 30% by Kearns 14. FDOT — Hillsboro Bridge Pile Stabilization 2016 100% by Kearns 15. FDOT — Old Flagler Bridge Demo (Palm Beach) 2017 50% by Kearns 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com KEARNS A • CONSTRUCTION CO • CGC 060194 Federal: 1. U.S. National Parks — Rebuild Elliot Key Marina 2014 100% by Kearns 2. U.S. National Parks — Remove / Replace Park Pier 2016 100% by Kearns 3. USCG / Resolve Marine — Remove 500 DV's, FL Keys 2017 50% by Kearns 4. U. S. National Parks, Flamingo — Marina Inspection 2016 100% by Kearns Private: Description: Completion Date: % Completed by Kearns 1. Marina Palms —114 Slip Marina Replacement 2014 100% by Kearns 2. Monty's / Prime Marina —111 Slip Marina Replacement2018 100% by Kearns 3. Ocean Reef— 220 Slip Marina Replacement 2014 25% by Kearns 4. Fisher Island — Mega Yacht Marina Replacement 2018 21% by Kearns 5. Rickenbacker Marina — 200 Slip Marina Repairs 2014 100% by Kearns 6. Island Gardens — Marine Mitigation - Mega Yacht Marina2016 100% by Kearns 7. Key Biscayne Yacht Club — 35 Slip Replacement, N. Dock2017 100% by Kearns 8. Coral Reef Yacht Club — Hurricane Irma Dock Repairs 2017 100% by Kearns 9. Mystic Point Marina — Hurricane Irma Dock Repairs 2017 100% by Kearns 10. Geico, State Farm & Lloyd's — Hurricane Irma Vessels 2017 100% by Kearns 11. Margaritaville Marina, Key West — H. Irma Dock Repairs2017 50% by Kearns 12. Sunset Pier & Marina, Key West — H. Irma Dock Repairs 2018 100% by Kearns 13. Miami River Lobster Docks — New Docks and Seawalls 2015 100% by Kearns 14. Faena / Saxony — Below Water table Parking Garage 2015 75% by Kearns 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com DATE 11/✓//1 r THIS IS CERTIFICATION OF COMPLIANCE WITH THE CITY OF MIAMI'S "BUSINESS TAX RECEIPT" IT IS IN EFFECT WHEN DATED, NAME OF CITY PERSONNEL STAMPED AND INITIALED, AND UNTIL THE PERMAN NT "ONE'" IS RECEIVED. FINANCE DEPARTMENT OFFICIAL Please, note that this Business Tax Receipt (BTR) may expire on September 30th of the year that this INTERIM BTR has been issued. Ensuring renewal by October 1st is the responsibility of the business entity. For further information you may call: (305) 416-1570 or (305) 416- 1918. Favor de tomar nota que este Recibo de Impuesto para Negocio INTERINO puede vencerse el 30 de Septiembre del ono emitido. Asegurar la renovacion para el 1ro de Octubre es la responsabilidad del negocio. Para mas informacion puede Ilamar al: (305) 416-1570 o (305) 416-1918. Souple pran not keResi Enpo pou Biznis-sa ap exspire 30 Septanm ane ke yo kap ba 'w lysans tampore-an. Se responsablite dirijan Biznis sa pou li renouvle-I Pwemie Oktob kap vini. Si-w bezwen plis enfomasyon sou zafe sa , pa bliye rele nan (305) 416-1570 ou byen (305) 416-1918. u m of Cjirrmi POST THIS DOCUMENT IN A CONSPICUOUS PLACE. THIS IS NOT A BILL NOT TRANSFERRABLE OR VALID AT ANOTHER ADDRESS UNLESS APPROVED BY THE FINANCE DEPARTMENT. DO NOT PAY CITY OF MIAMI 444 S.W.2 AVE 6T" FLOOR, MIAMI, FL 33130. PHONE (305)416-1918. RECEIPT FOR KEARNS CONSTRUCTION COMPANY ISSUED Nov 30, 2018 TOTAL FEE PAID 0.00 INTERIM CUSTOMER NUMBER 161203 RECEIPT NUMBER 185372 NAME OF BUSINESS KEARNS CONSTRUCTION COMPANY LOCATION 2550 S BAYSHORE DR ?OW INTERIM IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: ADMINISTRATIVE OFFICE This issuance of a business las receipt does nol perrnil the holder to violate any zoning laws of the City nor does it exempt the holder from any license or permits That may be required by law. This document does not constilule a certification that the holder Is qualified to engage In the business profession or occupation specified herein The *sawmill mdlentas perms!! el the hummed lax receipt only Erica T. Paschal Finance Director MIAMI COUNTY 5342050 DBA/BUSINESS NAME: KEARNS CONSTRUCTION COMPANY BUSINESS LOCATION: 4101 BRAGANZA AVE MIAMI, FL 33133 OWNER/CORP. KEARNS CONSTRUCTION COMPANY CHARLES KEARNS QUALIFIER PHONE # 305-461-0310 4101 BRAGANZA AVE COCONUT GROVE, FL 33133 NAICS CODE: 2389 MIAMI-DADE COUNTY - STATE OF FLORIDA LOCAL BUSINESS TAX RENEWAL 2018 -2019 APPLICATION RECEIPT: 4363131 STATE # CGC060194 BUS. COMMENCEMENT DATE: 11/01/1999 SEC TYPE OF BUSINESS BLDG1 GENERAL BUILDING CONTRACTOR 1 N/A November 19, 2018 APPLICATION DETAILS FEE AMOUNT Receipt Fee 30.00 UMSA Fee 0.00 Beacon Council Fee 15.00 Bingo Permit Fee 0.00 Nightclub Permit Fee 0.00 Multi -Municipal Contractor Fee 0.00 Restricted Contractor Fee 0.00 Library Fee 0.00 Transfer Fee 0.00 Doing Business without a License Penalty 0.00 Late Penalty 0.00 Collection Cost 0.00 NSF Fee 0.00 Prior Years Due 0.00 Amount Recently Paid - 45.00 TOTAL AMOUNT DUE: 0.00 If no longer in business, please notify us in writing. Review and correct the information shown on this application. A 25% penalty will be assessed to anyone found operating without a paid local business tax, in addition to any other penalty provided by law or ordinance (Sec 8A-176(2)). A Certificate of Use and/or City Business Tax Receipt may also be required. To pay online go to www.miamidade.aov/taxcollector To pay by mail, make check payable to: Miami -Dade County Tax Collector Business Tax 200 NW 2nd Avenue, 3rd Floor Miami FL 33128 To pay in person go to: 200 NW 2nd Avenue, 1st Floor (305) 270-4949 Iocal.businesstax@miamidade.gov A service fee of not less than $25.00 up to a minimum of 5% will be charged for all returned checks. MIAMI-DADE COUNTY - STATE OF FLORIDA LOCAL BUSINESS TAX 2018 - 2019 APPLICATION 5342050 BUSINESS LOCATION: 4101 BRAGANZA AVE MIAMI, FL 33133 OWNER/CORP. KEARNS CONSTRUCTION COMPANY CHARLES KEARNS QUALIFIER . RETAIN FOR YOUR RECORDS t 4 DETACH HERE AND RETURN THIS PORTION WITH YOUR PAYMENT 1 KEARNS CONSTRUCTION COMPANY KEARNS CHARLES PRES 4101 BRAGANZA AVE COCONUT GROVE, FL 33133 Y1111111111 1 HI I13 N/A November 19, 2018 RENEWAL RECEIPT: 4363131 STATE # CGC060194 BUS. COMMENCEMENT DATE:11/01/1999 SEC TYPE OF BUSINESS BLDG1 GENERAL BUILDING CONTRACTOR 1 APPLICATION IS HEREBY MADE FOR A LOCAL BUSINESS TAX RECEIPT OR PERMIT FOR THE BUSINESS PROFESSION OR OCCUPATION DESCRIBED HEREON. I HAVE BEEN INFORMED OF ALL ZONING RESTRICTIONS IMPOSED ON THIS RECEIPT. I SWEAR THAT THE INFORMATION IS TRUE AND CORRECT. SIGNATURE REQUIRED SEE INSTRUCTIONS ABOVE Please pay only one amount. The amounts due after Sept 30th include penalties per FS 205.053. If Received By Nov 30, 2018 Dec 31, 2018 Jan 31, 2019 Feb 28, 2019 Please Pay $0.00 $0.00 $0.00 $0.00 7000000000000000000000004363131201900000004500000000000009 RICK SCOTT, GOVERNOR STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION CONSTRUCTIOWINDUStWIICENSING BOARD THE GENERAL CONTRACTOR HEREIN IS CERTIF.ED UNDER THE PROV1SWOF CHAPTER 489. FLORI-DA 5TA UTES KEARNS, CHARDS SWA KEARNS CONSTRUCTION COMPA . 4101 BRA AVE ,r— f A�N MIAMI ■.FL 33133 fi es % *� ..—' • •f"-A LICENSE NUMBER: CGC060194 EXPIRATION DATE: AUGUST 31, 2020 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. LEARNS s s CONSTRUCTION CO • CGC 060I94 Disclosure of Legal Matters Neither Kearns Construction Company, nor any of its proposal team members contained herein, has been subject to any judgment, suit, claim, arbitration or back charge in the past seven (7) years in an amount greater than one hundred thousand dollars ($100,000). 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com r KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Proposer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project. The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the REP. Please provide at least three (3) projects. FAILURE TO COMPLETE .AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of Proposer Working on this Reference Project: Kearns Construction Company, Contractor of Record Reference Project Description: New marina construction Scope of Services Provided: Replace 117-slip marina and docks Compensation for Services: $ 6,600,000 Project Start Date: 8 /2014 Project Completion Date:10 / 2015 Project Construction Cost: $ 9,000,000 Construction Start Date: 8 / 2014 Proposer's Company Name: Kearns Construction Company Proposer's Title/Position: Chief Financial Officer Company's Contact Facsimile Number: (305) 461-1892 Construction Completion Date: 10/2015 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget :RI Yes ❑ No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? 0 Yes ❑ No Quality of Services Provided: RrAbove Expectations* ❑ Average ❑ Below Expectations (') "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? IN Yes ❑ No 0 N/A Did the Proposer provide Construction Management Services? Yes ❑ No 0 N/A Was the Proposer responsive to the Project Owner? t3i1 Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? I'Yes ❑ No 0 N/A Reference Company Name: 1 LP A EQU I Ty PART74 11.5 Reference Contact Name: *EOR&C #ELM sre. Reference Title/Position: CO-4 S !DENT Reference Contact Signature: �T Reference Phone Number: Oft) 920- RO) Facsimile Number: Of E-mail: Qje(M stefter 6 PIozA& vt i•Co&► RFP-EP Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. The initial phase required removal of derelict vessels and marine debris, as well as concrete pile extraction and proper disposal. Underwater cutting was required to demolish and remove a 200-ton boat lift. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile driving and steel pipe pile driving. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, and concrete repairs were made to existing structural elements. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EP Revised 11/05/18 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following irfonratien for completed protects within the past ten (1(i) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should he for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) EMI Reference Project Name/Address: North Dock, Key Biscayne Yacht Club: 180 Harbor Drive, Key Biscayne, FL 33149 Name(s) and Role(s) of Proposer Working on this Reference Project: Kearns Construction Company, Contractor of Record Reference Project Description: New concrete dock replacement and utilities installation Scope of Services Provided: Dock demolition, concrete repairs, pile driving, new construction, fiberglass deck installation Compensation for Services: $ 2,050,000 Project Start Date: 9 /2016 Project Completion Date: 5 / 2017 Project Construction Cost: $ 2,500,000 Construction Start Date: 9 / 2016 Proposer's Company Name: Kearns Construction Company Proposer's Title/Position: Chief Financial Officer Company's Contact Facsimile Number: (305) 461-1892 Construction Completion Date: 5 /2017 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : C] Yes D No Project Duration: If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: V Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Yes ❑ No Did the Proposer provide Construction Management Services? LI Yes ❑ No Was the Proposer responsive to the Project Owner? 0 Yes ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A Was the Proposer timely in its reviews and submittals? 0 Yes ❑ No ❑ N/A Reference Company Name: ,,, (ili/ Vitdhl etteference Contact Name: el'fl5 `3/a_/' Reference Title/Position: inbtint,DiralpfReference Contact Signature- Reference Phone Number: Facsimile Number: E-mail: yiA nnG �r �1�, q5l4 RFP-EP Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company. The project involved demolition of the existing North Dock at the club's property in the Village of Key Biscayne, and construction of its improved replacement. In addition to project management and pre -construction design coordination, the initial phase required removal of concrete docks, concrete and wood pile extraction, and marine debris removal, with proper disposal of all. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile with concrete cap seawall construction, poured in place concrete bents (pile caps) construction, setting and placing of concrete beam slabs, wooden finger pier construction, and furnishing and installing fiberglass deck grating. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EP Revised 11/05/18 City of Miami, Department of Procurement Experience of the Proposer/Reference Form - RFP-EP INSTRUCTIONS Proposer shall complete the following information for completed projects within the past ten (10) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project.' The reference provided below should be for one (1) project and must comply with the requirements listed in Section 3.5(A) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Proposer) This project reference complies with the Experience Requirement(s) under Section 3.5(A) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Proposer) Reference Project Name/Address: Prime Marina: 2550 South Bayshore Drive, Suite 208, Coconut Grove, FL 33133 Name(s) and Role(s) of Proposer Working on this Reference Project: Kearns Construction Company, Contractor of Record Reference Project Description: Marina reconstruction Scope of Services Provided: Demolish/remove Hurricane Irma -damaged 111-slip marina and build all -new replacement Compensation for Services: $ 6,200,000 Project Start Date:12/2017 Project Completion Date:11 / 2018 Project Construction Cost: $ 8,000,000 Construction Start Date: 12/ 2017 Proposer's Company Name: Kearns Construction Company Proposer's Title/Position: Chief Financial Officer Company's Contact Facsimile Number: (305) 461-1892 Construction Completion Date: 11 / 2018 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : [r Yes ❑ No Project Duration: / yew✓ If "No," was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: [Above Expectations* 0 Average ❑ Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? Ei Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? 2 Yes ❑ No 0 N/A Was the Proposer responsive to the Project Owner? 1E1Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? [Yes ❑ No ❑ N/A Reference Company Name: T•k0" e- NAC-(1 AC, G roJ,1 Reference Contact Name: Evvric40c- Q0t.t-(e ro Reference Title/Position: a e��4-1 pr° ' ')''-k"'itcS4`-i. Reference Contact Signature: Reference Phone Number: 3G--qS5(,-coai_ Facsimile Number: E-mail: c j,,rr}ecu6,,,er's111"er:na..CC"". RFP-EP Revised 11/05/16 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company. Formerly known as Monty's Marina and located in the Coconut Grove community of the City of Miami — within easy walking distance from Dinner Key Marina — this project involved the demolition and disposal of docks and piers comprising a 111-slip marina destroyed by Hurricane Irma in September 2017, along with the removal of numerous large vessels and significant volumes of marine debris. Elements of the project included concrete pile and wooden pile driving and construction of reinforced concrete docks. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, concrete repairs were made to existing structural elements, and dock utility chases were installed. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EP Revised 11/05/18 KEARNS a CONSTRUCTION CO • CGC 060194 Qualifications of the Lead Engineer • 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33I33 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com ,t1 of City of Miami, Department of Procurement Qualifications of Lead Engineer/Design Manager - RFP-QLE Instructions This form is to be completed and submitted in accordance with the requirements of the RFP to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-19-005 RFP Title: Dinner Key Marina Repairs and Restoration Project Name of Lead Engineer/Design Manager: Cummins Cederberg, Inc. Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Marinas, shipyards, docks, cruise destinations, ports, seawalls, bulkheads, beaches Type of Firm: Corporation ® LLC ® Partnership 13 Sole Proprietor Joint Venture 0 Other 13 Certified Small or Minority Owned Business: Yes ® No D Issued by (name): Miami -Dade County Type of Ownership Certification(s): All necessary regulatory certifications current and valid Is this the Lead Engineer/Design Manager's main office? Yes ® No ® If No, please provide your main office location: Main office: 7550 SW 57th Avenue, Suite 217, South Miami, FL 33143 Will the Lead Engineer/Design Manager rely on any other branch or subsidiary office to perform the work? Yes 0 No If "Yes," indicate location of offices: Number of years in business under current name: 8.5 . If the Lead Engineer/Design Manager has undergone a name change in the past five (5) years, provide prior name & number of years in business under this name (not a result of a sale of the firm): N/A Type and number of projects completed in the past 5 years: Design/Bid/Build: 60 Design/Build: 20 CM -at -Risk: N/A Private Sector: 240 Federal Govemment: State/County/Municipal 10 City of Miami: Name of Projects: Residential/Residential High -Rise: Office: Mixed -Use: Retail: LEED/Green Globe Certified: Other (specify): 250 - marinas, shipyards, docks, cruise destinations, ports, seawalls, bulkheads, beaches, coastal numerical modeling RFP-QLE Revised 10/25/18 City of Miami, Department of Procurement Qualifications of Lead Engineer/Design Manager - RFP-QLE List below the names of owners, officers, principals, and the principal -in -charge of the Lead Engineer/Design Manager's firm together with the title and percentage of ownership (add additional pages as necessary): Name Jason Cummins, P.E. Principal Title % Ownership :50 Jannek Cederberg, P.E. Principal :50 By signing below Lead Engineer/Design Manager certifies that the information contained in Form RFP-QLE is accurate and correct. Lead Engineer/Design Manager further certifies that it is aware that if the City determines that any of the Info -tion is orrect or false the City may at its sole discretion reject the Response as non -responsive. I/ rg Authorized Officer ate Cummins, P.E. Principal rinted Name Title RFP-QLE Revised 10/25/18 State of Florida Department of State I certify from the records of this office that CUMMINS CEDERBERG, INC. is a corporation organized under the laws of the State of Florida, filed on March 16, 2010, effective March 17, 2010. The document number of this corporation is P10000023540. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 11, 2018, 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 Eleventh day of January, 2018 1&" 04•A Secretary of State Tracking Number: CC4889277870 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https: //services.sunbiz.org/Filings/CertificateOfStatus/C ertificateAuthentication State of Florki a Board of Professional Engineers Attdis that Cummins Cederberg. Inc. Is authorised under the p=rnr.inns of harden 471.63A. Florida Stature+, to offer engineering services to the public through ■ Pr.de%mortal Engineer, duly licensed 'sodcr Chapter 471, Florida Stitutea. Expiration: 2121 /2019 CA Lic. No: Audit No: 2202n19n'_f.97 State of Florida Board of Professional Engineers Attests that Jannek Cederberg , P.E. A Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2i 2e12019 P.E. Lic. No: Audit No: 22Ee2111.)20'tls 1; 69839 State of Florida Board of Professional Engineers Attests that Jason Rolland Cummins , P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2,'2$'2014 P.E. Lk. No: Audit No: 22NNig211109 State of Florida Board of Professional Engineers Attests that Jason S. Taylor , P.E. Is licensed as a Professional Engines Wider Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. / SI Lic. No: Audit No: 228201927539 SI SPECIAL INSPECTOR 60277 7025320 MIAMI� COUNTY miamidade.gov May 10, 2018 Jannek Cederberg CUMMINS CEDERBERG, INC. 7550 Red Rd Suite #217 South Miami, FL 33143 Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami, Florida 33128 miamidade.gov T 305-375-3111 F 305-375-3160 Approval Date: December 31, 2017 - Small Business Enterprise - Architectural & Engineering (SBE - A&E) Expiration Date: December 31, 2020 Dear Jannek Cederberg, 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 - A&E). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. This Small Business Enterprise - Architectural & Engineering (SBE - A&E) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, December 31, 2018. 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 firm's name and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami -Dade County's SBD website: http:/lwww.miamidade.govlsmallbusiness!certification-lists.asp. The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: http:l/www.miamidade.govlprocurement/vendor-registration.asp. Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbd ce rt�rom i am id ad e. q ov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) 1 KEARNS a CONSTRUCTION CO • CGC 060194 Experience of the Lead Engineer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com ti City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past ten (10) years and where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference proviaed Below should be for one (1) project and rrest comply with the requirements listed in Section 3.5(B) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Engineer) Reference Project Name/Address: The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Jason S. Taylor, P.E. Reference Project Description: Marina replacement with steel sheet pile bulkheads Scope of Services Provided: Design of bulkheads, fixed piers and guide piles for floating docks Compensation for Services: $ 100,000 Project Start Date: 8 /2014 Project Completion Date: 10 / 2015 Project Construction Cost: $ 9,000,000 Construction Start Date: 8 / 2014 Lead Engineer's Company Name: Cummins Cederberg, Inc. Lead Engineer's Title/Position: Senior Engineer Company's Contact Facsimile Number: (305) 974-1969 Construction Completion Date: 10/2015 Company's Contact Name: Jannek Cederberg, P.E. Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberg@CumminsCederberg.coA REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : NYes ❑ No Project Duration: If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? D Yes ❑ No Quality of Services Provided: 'Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? 5tYes ❑ No ❑ N/A Did the Lead Engineer provide Construction Management Services? r$Yes ❑ No ❑ N/A Was the Lead Engineer responsive to the Project Owner? [Yes ❑ No ❑ N/A Was the Lead Engineer timely in its reviews and submittals? 14''Ye! ❑ No ❑ N/A Reference Company Name: PLAZA RO ITY p TNEF-S Reference Contact Name: G€01k76 itELMSTerre Reference Title/Position: CO -Pees lbf N'r Reference Contact Signature: Reference Phone Number: (3141) ILO- ROI Facsimile Number: IJ/it E-mail: Czf{el'Ask'Rea riestE4o; fj/.COA RFP-ELE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The relevant services provided for this project were performed by a current employee of Cummins Cederberg, Jason S. Taylor, P.E., during his prior employment at Coastal Systems International in Coral Gables, FL. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. Mr. Taylor provided structural engineering design and construction administration for the project. Among his specific areas of scope responsibility were design and inspection of the steel sheet pile bulkheads with concrete batter piles, design and inspection of fixed concrete marginal docks and finger piers, design of guide piles for the floating docks, and the initial inspection and condition assessment of the existing marina pre -project. RFP-ELE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS FAILURE TO COMPLETE AND SUBMITTHIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the LC -id Engineer-) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Lead Endineerl Reference Project Name/Address: Seahaven Superyacht Marina: 301 NE Fifth Avenue, Dania Beach, FL 33004 Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Jason Cummins, P.E., Engineer of Record Reference Project Description: New megayacht marina berthing vessels up to 200 feet Scope of Services Provided: Engineering design, construction drawings, dock design and criteria, construction administration Compensation for Services: $ 50,000 Project Construction Cost: $ 5,100,000 Project Start Date:10/2017 Project Completion Date: 10 / 2018 Construction Start Date: Construction Completion Date: 10/ 2017 10/2018 Lead Engineer's Company Name: Cummins Cederberg, Inc. Lead Engineer's Title/Position: Principal Company's Contact Facsimile Numhpr• (305) 974-1969 Company's Contact Name: Jannek Cederberg, P.E. Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberg@CumminsCederberg.Cos REFERENCE PROJECT INFORMATI (C•r ed by the Project Ownerl Project Completed on Time and within Budget : ❑ Yes ® No Project Duration: >1 year If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ® No Quality of Services Provided: ® Above Expectations* ❑ Average 0 Below Expectations (') "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? ❑ Yes ® No ❑ N/A Did the Lead Engineer provide Construction Management Services? ® Yes ❑ No ❑ N/A Was the Lead Engineer responsive to the Project Owner? © Yes ❑ No ❑ N/A Was the Lead Engineer timely in its reviews and submittals?❑_El Yes El No El N/A Reference Company Name: I)INt- l ¢` � -W-1C*li 6�: fAVAL.S Reference Contact Nall: 4y -lii Reference Title/Position:7Dt R.gC�Aa k•oF AIGIDr -r Reference Contact Reference Phone Number[3'(204t6 14R5 Facsimile er: 4 as_ 5L$i E-mail: RFP-ELE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Cummins Cederberg designed approximately 1200 linear feet of new bulkhead and more than 100,000 cubic yards of dredging for the proposed marina basin, along with specifications and support piling for the floating dock system at what formerly was known as Dania Marina. The bulkhead consisted of steel sheet piling with concrete batter piles and reinforced concrete capping beams. The bulkhead includes utility service that was designed for lateral earth pressures as well as mooring loads from vessels during hurricane and other intense -weather events, Cummins Cederberg prepared signed and sealed drawings for construction, including specifications, materials, existing site conditions, layout of the proposed improvements, and structural details. Cummins Cederberg provided construction administration services for the project, including review of contractor payment applications, site observations with reports, pile driving Togs, responses to contractor requests for information, and special inspections for reinforced concrete. RFP-ELE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Lead Engineer (Design Manager)/Reference Form - RFP-ELE INSTRUCTIONS Lead Engineer shall complete the following information for completed projects within the past ten (10) years and where the Proposer believes the prcject is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provioed below should be for one (1) project and must comply with the requirements listed in Section 3.5(B) of the RFP. Tease provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Lead Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(B) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To b C ompleted by the Lead En r•r) Reference Project Name/Address: Island Gardens Marina: 888 MacArthur Causeway, Miami, FL 33132 Name(s) and Role(s) of Lead Engineer Working on this Reference Project: Jason S. Taylor, P.E. Reference Project Description: Megayacht marina in City of Miami, 1,000 linear feet of bulkhead with floating docks Scope of Services Provided: Design of dredging, bulkheads, dolphins, mooring piles and anchors Compensation for Services: $ 200,000 Project Start Date: 6 /2014 Project Completion Date:10 / 2016 Project Construction Cost: $ 7,800,000 Construction Start Date: 6 / 2015 Lead Engineer's Company Name: Cummins Cederberg, Inc. Lead Engineer's Title/Position: Senior Engineer Company's Contact Facsimile Number: (305) 974-1969 Construction Completion Date: 10 / 2016 Company's Contact Name: Jannek Cederberg, P.E. Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberg@CumminsCederberg.esM REFERENCE PROJECT INFORMATION (To be omp e ed by the Project Owner) Project Completed on Time and within Budget : Ir Yes ❑ No Project Duration: 3 L-{-ear,r41/40? roc If "No," was the Lead Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: Et<pove Expectations* ❑ Average ❑ Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Lead Engineer provide Project Management Services? ❑ Yes Elio ❑ N/A Did the Lead Engineer provide Construction Management Services? ❑ Yes R‹lo 0 N/A Was the Lead Engineer responsive to the Project Owner?s ❑ No ❑ N/A Was the Lead Engineer timely in its reviews and submittals? [LK ❑ NoAing N/A �� Reference Company Name: `(talGrtd �`t ne. Reference Contact Name: 40 H. �8v Reference Title/Position: Ai-kOf Mc) - -LEA' Reference Contact Signature: ide---- Reference Phone Number: ?je5 20(o g bh Facsimile Number: E-mail: Pi'o�e { ►. �'d"570,11. ❑ No RFP-ELE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE lZAAA •►k. The relevant services provided for this project were performed by a current employee of Cummins Cederberg, Jason S. Taylor, P.E., during his prior employment at Coastal Systems International in Coral Gables, FL. Island Gardens Marina, located on Watson Island in the City of Miami, is the first deep -water superyacht facility of its capacity in the Western Hemisphere. Its Deep Harbour includes 5,000 linear feet of slips with depths to 27 feet, and is designed to accommodate megayachts up to 500 feet long, Mr. Taylor provided engineering design and construction administration for the project. Among his specific areas of scope responsibility were design of the dredging, design and inspection of the steel sheet pile bulkheads and tie -back anchors, design of the Mediterranean mooring system and of the mooring/breasting dolphins, and design of the guide piles for the floating piers. RFP-ELE Revised 11/05/18 Jannek Cederberg, M. SC., P.E Principal Engineer EDUCATION • M. Sc., Coastal Engineering, Technical University of Denmark REGISTRATION • Registered Engineer — Florida Reg. No. 69839 PROFESSIONAL AFFILIATIONS • Permanent International Association of Navigation Congress • Member of PIANC Working group • Design and Operational Guidelines for "Superyacht Facilities" • Danish Society of Hydraulic Engineering CLiLRBI:RG ('i}.ia1.11 .& :Aiirinc rngineering RELEVANT EXPERTISE: • �1 atcrtiont En��inccrin�� anti Planning • Coastal Resilience • Numerical Modeling • Env ironmental Permitting- • Coastal and ;A�larirn �tl'llCtui c • C Na tal Procc - v1 tlA Currents. Sediment I ranspoi t and Iluiricancs RELEVANT EXPERIENCE Costa Brava Marina, Miami Beach, FL. Environmental permitting for reconstruction of a 30-slip marina in Biscayne Bay through local, State, and Federal agencies. Engineering support through construction bid process, including bid evaluation, contractor selection and construction administration. Sunset Harbour Yacht Club, Miami Beach, FL. Repaired concrete slabs, caps and piles for 125-slip yacht marina. Environmental permit applications were prepared and processed. Prepared repair drawings to minimize impacts to adjacent structures, including the removal and replacement of deteriorated deck slabs. Construction administration services were provided. Crandon Park Marina, Key Biscayne, FL. Field investigations including bathymetric surveying, tide and current measurements, marine resource survey, and sediment sampling. Tidal hydrodynamic modeling along with wave and sediment transport analyses were conducted to determine source and magnitude of marina sedimentation problem. Alternatives assessment of potential coastal structures to inhibit sedimentation and need for periodic dredging. Carrs & Little Bay Port and Waterfront Development, Montserrat. Marine advisor for the Government of Montserrat for $100M+ port and waterfront development consisting of cruise ship and cargo vessel berthing, 50+ slip marina, river stabilization, waterfront promenade and beaches. Led planning workshops to develop a holistic master plan, reviewed tender documents, qualifications packages, all technical analyses and designs. Assisted in navigation review through real time 360-degree simulation and provided recommendations to value engineer designs, reduce cost and increase efficiency. Vizcaya Museum & Gardens, Miami, Florida. Site plan for storm surge protection wall, environmental wetland restoration and public space. Grant application, regulatory permitting, and engineering design for marine works. Wall design for reinforced concrete able to withstand storm surge and high wave loads associated with tropical storm event. Matheson Hammock Park Flood Mitigation Study, Coral Gables, Florida. Prepared a sea level rise flood mitigation study including site condition and environmental resources assessments, and the development of potential flood mitigation solutions. A long term sea level rise planning schedule with associated construction cost was developed for various infrastructure components, along with a feasibility report illustrating the results. Cummins i Cederberg 7550 Red Road, Suite 217 • South Miami, Florida 33143 Phone: +1 305 741 6155 • Fax: +1 305 974 1969 info@CumminsCederberg.com • www.CumminsCederberg.com KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Project Manager 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for complete° projects within the past eight (8) years, where the Proposer believes r e protect is of ecual or greater scope, size, and complexity that best represent its ability to complete the "Project.' The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. ?lease provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. X❑ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of Project Manager Working on this Reference Project:John W. Kearns III, Project Manager Reference Project Description: New marina construction Scope of Services Provided: Replace 117-slip marina and docks Compensation for Services: $6,600,000 Project Start Date: 8 /2014 Project Completion Date:10 /2015 Project Construction Cost: $ 9,000,000 Construction Start Date: 8 / 2014 Project Manager's Company Name:Kearns Construction Co. Project Manager's Title/Position:Chief Financial Officer Company's Contact Facsimile Number:(305) 461-1892 Construction Completion Date: 10/2015 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : IgrYes ❑ No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: IgAbove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? Yes ❑ No ❑ N/A Did the Project Manager provide Construction Management Services? I Yes ❑ No ❑ N/A Was the Project Manager responsive to the Project Owner? [Yes ❑ No ❑ N/A Was the Project Manager timely in its reviews and submittals? ['Yes ❑ No ❑ N/A Reference Company Name: PLRZA EQU ITY PMAINERS Reference Contact Name: & O(C(,E f1ELm reiTF� Reference Title/Position: CO -PQESt bFNf Reference Contact Signature: -- 4-1 Reference Phone Number: (3M7) 420-1201 Facsimile Number: N/Pc E-mail:G He 16\S1't -fete PIo,Za cr;yy.COi RFP-EPM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER PIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Project Manager John W. Kearns III, the company's chief financial officer. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. The initial phase required removal of derelict vessels and marine debris, as well as concrete pile extraction and proper disposal. Underwater cutting was required to demolish and remove a 200-ton boat lift. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile driving and steel pipe pile driving. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, and concrete repairs were made to existing structural elements. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EPM Revised 11/05/18 • �r City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM - INSTRUCTIONS Project Manager shall complete the followirg information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5((1) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address:North Dock, Key Biscayne Yacht Club: 180 Harbor Drive, Key Biscayne, FL 33149 Name(s) and Role(s) of Project Manager Working on this Reference Project:John W. Kearns III, Project Manager Reference Project Description: New concrete dock replacement and utilities installation Scope of Services Provided: Dock demolition, concrete repairs, pile driving, new construction, fiberglass deck installation Compensation for Services: $2,050,000 Project Start Date:9 /2016 Project Completion Date:5 /2017 Project Construction Cost: $ 2,500,000 Construction Start Date: 9 / 2016 Project Manager's Company Name:Kearns Construction Co. Project Manager's Title/Position:Chief Financial Officer Company's Contact Facsimile Number:(305) 461-1892 Construction Completion Date: 5 /2017 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION ompleted by the Project Owner) Project Completed on Time and within Budget : Yes ❑ No Project Duration: If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: Ig] Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? Did the Project Manager provide Construction Management Services? Was the Project Manager responsive to the Project Owner? Was the Project Manager timely in its reviews and submittals? he\Reference Company Name: 110.1 (jj�x( ,y �.��tia�f C Reference Title/Position: rna Ina./ Vi Ie(ri--K Reference Phone Number: 61511 /% Facsimile Number: 501.3bI 9171 ❑ N/A O N/A ❑ N/A ❑ N/A NYes ❑ No rgYes El No Nj Yes ❑No %Yes ❑ No Reference Contact Name: Oil' tf Reference Contact Signature: ❑ No uttei E-mail: frit4 d��%Is bge1.e RFP-EPM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Project Manager John W. Kearns III, the company's chief financial officer. The project involved demolition of the existing North Dock at the club's property in the Village of Key Biscayne, and construction of its improved replacement. In addition to project management and pre -construction design coordination, the initial phase required removal of concrete docks, concrete and wood pile extraction, and marine debris removal, with proper disposal of all. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile with concrete cap seawall construction, poured in place concrete bents (pile caps) construction, setting and placing of concrete beam slabs, wooden finger pier construction, and furnishing and installing fiberglass deck grating. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EPM Revised 11/05/18 City of Miami, Department of Procurement Experience of the Project Manager/Reference Form - RFP-EPM INSTRUCTIONS Project Manager shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that hest represent its ability to complete the "Project." The reference provided below should he for one (1) project, and must comply with the requirements listed in Section 3,5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Project Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Project Manager) Reference Project Name/Address: Prime Marina: 2550 South Bayshore Drive, Suite 208, Coconut Grove, FL 33133 Name(s) and Role(s) of Project Manager Working on this Reference Project: John W. Kearns III, Project Manager Reference Project Description: Marina reconstruction Scope of Services Provided: Demolish/remove Hurricane Irma -damaged 111-slip marina and build all -new replacement Compensation for Services: $6,200,000 Project Start Date: 12/2017 Project Completion Date:11 /2018 Project Construction Cost: $ 8,000,000 Construction Start Date: 12 / 2017 Project Manager's Company Name:Kearns Construction Co. Project Manager's Title/Position:Chief Financial Officer Company's Contact Facsimile Number:(305) 461-1892 Construction Completion Date: 11 /2018 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : Er Yes ❑ No Project Duration: k y.ee.r If "No," was the Project Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: E Above Expectations* ❑ Average ❑ Below Expectations (`) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Project Manager provide Project Management Services? F1Yes ❑ No ❑ N/A Did the Project Manager provide Construction Management Services? L 'Yes ❑ No ❑ N/A Was the Project Manager responsive to the Project Owner? [ryes ❑ No ❑ N/A Was the Project Manager timely in its reviews and submittals? E Yes ❑ No ❑ N/A Reference Company Name: 7r\* c. {`kc'v r`1 G•ro dv Reference Contact Name: -En+ t *mac Reference Title/Position: iaen0r6' MAYIt—NOC-k Reference Contact Signature: Reference Phone Number: 3b6--eLEG ,..co Z2 Facsimile Number: E-mail: elk„; (-to @(,r RFP-EPM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE, PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Project Manager John W. Kearns III, the company's chief financial officer. Formerly known as Monty's Marina and located in the Coconut Grove community of the City of Miami — within easy walking distance from Dinner Key Marina — this project involved the demolition and disposal of docks and piers comprising a 111-slip marina destroyed by Hurricane Irma in September 2017, along with the removal of numerous large vessels and significant volumes of marine debris. Elements of the project included concrete pile and wooden pile driving and construction of reinforced concrete docks. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, concrete repairs were made to existing structural elements, and dock utility chases were installed. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EPM Revised 11/05/18 John W. Kearns III Chief Financial Officer and Co -Owner of Kearns Construction Company Born: December 17, 1965 Education: University of Florida, School of Building, with honors Certifications: Licensed general contractor 2550 South Bayshore Drive, Suite 206B, Miami, Florida 33133 Office: (305) 461-0310; Cell: (305) 975-8878; Fax: (305) 461-1892 Website: KearnsConstruction.com John Kearns has been with Kearns Construction Company since 2000. As chief estimator for the company, Mr. Kearns prepares client proposals and supervises all administrative work. Prior to joining the company, Mr. Kearns worked for Impregilo (Europe's third -largest contractor) for 10 years. In Italy, he was the contract manager for a $900 million U.S. Navy project. In Miami, Mr. Kearns was the project manager for the Miami -Dade County Metro Mover Brickell extension and senior project engineer for the $100 million downtown Miami Federal Detention Center (U.S. Bureau of Prisons). He was the project manager for a six -story, $12-million office building at 119 Washington Avenue in Miami Beach. Most recently, Mr. Kearns was the technical qualifier for the $200 million concrete -beam redesign and reconstruction of the Dolphin/Palmette Expressways interchange, on behalf of Rizzani De Eccher, USA. I 1 KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Construction Manager • 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com it I, K 1 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size and complexity that best represent its ability to complete the "Project." The reference provided below should he for one (1) project and must comply with the requirements listed in Section 3,5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address:The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of Construction Manager Working on this Reference Project: Charles S. Kearns, Construction Manager Reference Project Description: New marina construction Scope of Services Provided: Replace 117-slip marina and docks Compensation for Services: $6,600,000 Project Start Date:8 /2014 Project Completion Date:10 /2015 Project Construction Cost: $ 9,000,000 Construction Start Date: 8 / 2014 Construction Completion Date: 10 /2015 Construction Manager's Company Name: Kearns Construction Company's Contact Name: Charles S. Kearns Construction Manager's Title/Position: President and CEO Company's Contact Phone Number: (305) 461-0310 Company's Contact Facsimile Number: (305) 461-1892 Company's Contact E-mail:CKearns@KearnsConstruction.com REFERENCE PROJECTJNFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: [Yes ❑ No Project Duration: If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: Above Expectations* ❑ Average 0 Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? 1Yes ❑ No ❑ N/A Did the Construction Manager provide Construction Management Services? [2 Yes D No ❑ N/A Was the Construction Manager responsive to the Project Owner? 'Yes ❑ No ❑ N/A Was the Construction Manager timely in its reviews and submittals? 5rYes ❑ No ❑ N/A Reference Company Name: et-AZA EO PCY 9F t NERs Reference Contact Name: GEof&E !f1LMQTE r1� -- Reference Title/Position: Co - PII6Sl DE NT Reference Contact Signaturr�: , - _ v_ ' Reference Telephone Number: (39) 9z0-120)Facsimile Number: li/iD E-mail: C elffitttfierQ coAC RFP-ECM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Construction Manager Charles S. Keams, the company's president and CEO. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. The initial phase required removal of derelict vessels and marine debris, as well as concrete pile extraction and proper disposal. Underwater cutting was required to demolish and remove a 200-ton boat lift. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile driving and steel pipe pile driving. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, and concrete repairs were made to existing structural elements. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-ECM Revised 11/05/18 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Construction pagers shall complete the following infonration for completed projects within the past eight (8) years, where the Prop er believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the '"Project." she reference providec below should be for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: North Dock, Key Biscayne Yacht Club: 180 Harbor Drive, Key Biscayne, FL 33149 Name(s) and Role(s) of Construction Manager Working on this Reference Project: Charles S. Kearns, Construction Manager Reference Project Description: New concrete dock replacement and utilities installation Scope of Services Provided: Dock demolition, concrete repairs, pile driving, new construction, fiberglass deck installation Compensation for Services: $2,050,000 Project Start Date:9 /2016 Project Completion Date:5 /2017 Project Construction Cost: $ 2,500,000 Construction Start Date: 9 / 2016 Construction Completion Date: 5 /2017 Construction Manager's Company Name:Kearns Construction Company's Contact Name:John W. Kearns III Construction Manager's Title/Position:President and CEO Company's Contact Phone Number: (305) 461-0310 Company's Contact Facsimile Number:(305) 461-1892 Company's Contact E-mail:JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: [Yes If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? 0 Yes ❑ No Quality of Services Provided: tA Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? I Yes ❑ No ❑ N/A Did the Construction Manager provide Construction Management Services? IK Yes ❑ No ❑ N/A Was the Construction Manager responsive to the Project Owner? NJ Yes ❑ No ❑ N/A Was the Construction Manager timely in its reviews and submittals? Nit Yes ❑ No ❑ N/❑A_`_` "►r Reference Company Name: ' 136(0..yr L*i C L eference Contact Name: J1 fS'1V!.& TWA d- Reference Title/Position: 9a..vjla YDn C co/ Reference Contact Signature: s� Reference Telephone Number: Facsimile Number: E-mail: to. 0 via e J .67-1 2461%) 9111 'r7 QLfS. -6)-n 0 No Project Duration: RFP-ECM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Construction Manager Charles S. Kearns, the company's president and CEO. The project involved demolition of the existing North Dock at the club's property in the Village of Key Biscayne, and construction of its improved replacement. In addition to project management and pre -construction design coordination, the initial phase required removal of concrete docks, concrete and wood pile extraction, and marine debris removal, with proper disposal of all. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile with concrete cap seawall construction, poured in place concrete bents (pile caps) construction, setting and placing of concrete beam slabs, wooden finger pier construction, and furnishing and installing fiberglass deck grating. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-ECM Revised 11/05/18 City of Miami, Department of Procurement Experience of the Construction Manager/Reference Form - RFP-ECM INSTRUCTIONS Constructior ManiLers shall complete the following information for completed projects within the past eight (S) years, where the Proposer believes the project is of equal or greater scope .size and complexit,, that best represent its ability to complete the ''Project." The reference proviaed below should be for one (1) project anti must comply with the requirements listeci in Section 3.5(C) cf the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Construction Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Construction Manager) Reference Project Name/Address: Prime Marina: 2550 South Bayshore Drive, Suite 208, Coconut Grove, FL 33133 Name(s) and Role(s) of Construction Manager Working on this Reference Project: Charles S. Kearns, Construction Manager Reference Project Description: Marina reconstruction Scope of Services Provided: Demolish/remove Hurricane Irma -damaged 111-slip marina and build all -new replacement Compensation for Services: $6,200,000 Project Start Date:12/2017 Project Completion Date:11 /2018 Project Construction Cost: $ 8,000,000 Construction Start Date: 12 / 2017 Construction Completion Date: 11 /2018 Construction Manager's Company Name: Kearns Construction Company's Contact Name: Charles S. Kearns Construction Manager's Title/Position: President and CEO Company's Contact Phone Number: (305) 461-0310 Company's Contact Facsimile Number: (305) 461-1892 Company's Contact E-mail: CKearns@KearnsConstruction.cor# REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: Yes ❑ No Project Duration: I •i•e-mr If "No," was the Construction Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: [Q Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Construction Manager provide Project Management Services? [✓Yes ❑ No n N/A Did the Construction Manager provide Construction Management Services? [Yes ❑ No ❑ N/A Was the Construction Manager responsive to the Project Owner? ['Yes ❑ No ❑ N/A Was the Construction Manager timely in its reviews and submittals? [✓'Yes ❑ No ❑ N/AF� Reference Company Name: VV kvv`� INt.efi�� Grpsin Reference Contact Name: Sr�r* �z Qa“1'tero Reference Title/Position: G- it4`vitf Reference Contact Signature. Reference Telephone Number: 31n—ciiL�002iacsimile Number: E-mail:eakv'' +eroe,r:w�ew��vi�•cU� ❑ No RFP-ECM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Construction Manager Charles S. Kearns, the company's president and CEO. Formerly known as Monty's Marina and located in the Coconut Grove community of the City of Miami — within easy walking distance from Dinner Key Marina — this project involved the demolition and disposal of docks and piers comprising a 111-slip marina destroyed by Hurricane Irma in September 2017, along with the removal of numerous large vessels and significant volumes of marine debris. Elements of the project included concrete pile and wooden pile driving and construction of reinforced concrete docks. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, concrete repairs were made to existing structural elements, and dock utility chases were installed. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-ECM Revised 11/05/18 Charles S. Kearns President, CEO and Co -Owner of Kearns Construction Company Born: October 19, 1968 Education: Jacksonville University, B.S. Economics 2550 South Bayshore Drive, Suite 206B, Miami, Florida 33133 Office: (305) 461-0310; Cell: (786) 295-1717; Fax: (305) 461-1892 Website: KearnsConstruction.com Charles Kearns is the license holder (CGC 060194) and qualifier for Kearns Construction Company. His recent relevant experience includes: A. Marine Project Superintendent for the Norris Cut Access Shaft. This project was the largest and deepest shaft in Florida (42' diameter @ 100' deep from grade). The bottom of the shaft was at -87 NGVD and was completed with commercial divers using mixed gasses. B. Marine Project Superintendent at The Port of Miami Tunnel's marine coffer dam, marine excavation and underwater concrete placement. This was a $5,000,000 project which includes marine excavation (70,000 CY of marine dredging), 20,000 CY of tremie concrete placement. The underwater concrete work is the largest tremie slabs in North America. C. Marine Project Superintendent for the Saxony Hotel (34th & Collins on Miami Beach) coffer dam. This project included the underwater excavation and tremie concrete placement (6,000 CY). The bottom of tremie was 26 foot below grade. The elevator shafts were 32 - 36 feet below grade. This work also was completed with commercial divers. This project was later built out to be a below water table parking garage for the most expensive real estate in the State of Florida. Employment Experience: A. Kearns Construction Company: 2001 — Present A leading marine contractor in the State of Florida. Currently, Kearns Construction Company deploys seven crane barges from Key West to Palm Beach and employs 66 individuals. Kearns Construction Company has $65 million of available bonding capacity. B. Charles Kearns, G. C. (sole proprietor): 1993 — 2001 Built multi -million -dollar single-family homes in Coral Gables and Coconut Grove. In addition, built school additions for Miami -Dade County Public Schools. KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Structural Engineer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project.' The reference provideci below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Reference Project Name/Address:The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of Structural Engineer Working on this Reference Project: Jason S. Taylor, P.E„ Structural FOR Reference Project Description: Marina replacement with steel sheet pile bulkheads Scope of Services Provided: Structural design and construction administration of fixed marginal docks and bulkhead Compensation for Services: $ 100,000 Project Start Date: 8 /2013 Project Completion Date: 10 / 2015 Project Construction Cost: $ 9,000,000 Construction Start Date: 8 / 2014 Construction Completion Date: 10 / 2015 Structural Engineer's Company Name: Cummins Cederberg, Inc.Company's Contact Name: Jannek Cederberg, P.E. Structural Engineer's Title/Position: Senior Engineer Company's Contact Facsimile Number: (305) 974-1969 Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberg@CumminsCederberg. coh REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : Yes ❑ No Project Duration: If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided:pAbove Expectations* El Average ❑ Below Expectations (') "Above Expectations" means th re were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? Did the Structural Engineer provide Construction Management Services? Was the Structural Engineer responsive to the Project Owner? Was the Structural Engineer timely in its reviews and submittals? Reference Company Name: P1A2bk EQ D) YY Pft' e1 E R.S Reference Title/Position: CO- tRES I bENY Reference Telephone Number:(3'( )I o- (t01 Facsimile Number: N/Pt Yes ❑ No Yes ❑ No XYes ❑ No prYes ❑ No ❑ N/A Reference Contact Name: g-tOft.6E rteoksreT? 4, ❑ No ❑ Limited Scope ❑ Limited Scope Reference Contact Signature: E-mail: Gfle(iir $%1fe P (Q2aEq+t �J.Co� RFP-ESE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE, PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION) The relevant services provided for this project were performed by a current employee of Cummins Cederberg, Jason S. Taylor, P.E., during his prior employment at Coastal Systems International in Coral Gables, FL. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. Mr. Taylor provided structural engineering design and construction administration for the project. Among his specific areas of scope responsibility were design and inspection of the steel sheet pile bulkhead, design and inspection of fixed concrete marginal docks, design of guide piles for the floating docks, review of shop drawings and other submittals, responding to contractor requests for information, and the initial inspection and condition assessment of the existing marina pre -project. RFP-ESE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completec: projects within the past eight (8) years, where the Proposer believes the project is of ecual or greater scope, size, and complexity that hest represent its ability to complete the Projec." The reference provided below should he for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFJ. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑: Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address:lsland Gardens Marina: 888 MacArthur Causeway, Miami, FL 33132 Name(s) and Role(s) of Structural Engineer Working on this Reference Project: Jason S. Taylor, P.E., Structural FOR Reference Project Description: Megayacht marina in City of Miami Scope of Services Provided: Structural design and contract administration Compensation for Services: $ 200,000 Project Start Date: 6 /2014 Project Completion Date: 10 / 2016 Project Construction Cost: $ 7,800,000 Construction Start Date: Construction Completion Date: 6 / 2015 10/2016 Structural Engineer's Company Name: Cummins Cederberg, Inc.Company's Contact Name: Jannek Cederberg, P.E. Structural Engineer's Title/Position: Senior Engineer Company's Contact Phone Number: (305) 741-6155 Company's Contact Facsimile Number: (305) 974-1969 Company's Contact E-mail: JCederberg@CumminsCederberg.Coh REFERENCE PROJECT INFORMATION (To •e 'iitllp e e• •y the Project Owner) Project Completed on Time and within Budget : L Yes ❑ No Project Duration: 3 1/41 o_I) If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? n Yes ❑ No Quality of Services Provided: [hove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? Did the Structural Engineer provide Construction Management Services? Was the Structural Engineer responsive to the Project Owner? Was the Structural Engineer timely in its reviews and submittals? n Yes ❑ Yes es r es Reference Company Name Shy o Wake'6rI�fLCifeference Contact Name: thstiqa.LCE (Dour/Le Reference Title/Position: Al (—)'(' in Reference Contact Signature. No ❑ Limited Scope l ❑ Limited Scope ❑ No ❑ No ❑ N/A Reference Telephone Number: (' o5) - Facsimile Number: E-mail: VcrLALLtc a RFP-ESE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE, PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The relevant services provided for this project were performed by a current employee of Cummins Cederberg, Jason S. Taylor, P.E., during his prior employment at Coastal Systems International in Coral Gables, FL. Island Gardens Marina, located on Watson Island in the City of Miami, is the first deep -water superyacht facility of its capacity in the Westem Hemisphere. Its Deep Harbour includes 5,000 linear feet of slips with depths to 27 feet, and is designed to accommodate megayachts up to 500 feet long. Mr. Taylor provided engineering design and construction administration for the project. Among his specific areas of scope responsibility were design and inspection of steel sheet pile bulkhead with tie -backs, design of the mono -pipe pile mooring dolphins, design of the floating dock steel guide piles, and design of the Mediterranean mooring system with composite anchor piles. RFP-ESE Revised 11/05/18 tir+7 Jlll , ri 41;1�T. City of Miami, Department of Procurement Experience of the Structural Engineer/Reference Form - RFP-ESE INSTRUCTIONS Structural Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Structural Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Structural Engineer) Reference Project Name/Address: Sunset Harbour Yacht Club: 1928 Sunset Harbour Drive, Miami Beach, FL 33139 Name(s) and Role(s) of Structural Engineer Working on this Reference Project: Jason S. Taylor, P.E., Structural FOR Reference Project Description: Replacement of E-Dock structures and utilities, along with miscellaneous repairs Scope of Services Provided: Engineering design, environmental permitting, construction administration, special inspections Compensation for Services: $ 75,000 Project Construction Cost: $ 1,100,000 Project Start Date: 4 / 2017 Construction Start Date: 5 / 2018 Structural Engineer's Company Name: Cummins Cederberg Structural Engineer's Title/Position: Senior Engineer Company's Contact Facsimile Number: 305-974-1969 Project Completion Date: 10/ 2018 Construction Completion Date: 10/ 2018 Company's Contact Name: Jannek Cederberg, P.E. Company's Contact Phone Number: 305-741-6155 Company's Contact E-mail: jcederberg@cumminscederberg.c REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ® Yes ❑ No Project Duration: rM•,.,, a, S If "No," was the Structural Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: grAbove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Structural Engineer provide Project Management Services? EtYes ❑ No ❑ Limited Scope Did the Structural Engineer provide Construction Management Services? Igt Yes ❑ No 0 Limited Scope Was the Structural Engineer responsive to the Project Owner? tst Yes ❑ No Was the Structural Engineer timely in its reviews and submittals? 'Yes 0 No ❑ N/A Reference Company Name: SUNSET HAP-3et .t_ Reference Contact Name:` ..,..o Reference Title/Position:' eL14-Mk-S�-4-(L_ Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-mail: ler.318.6S00 30s- emere Q Svoi fir PrAvtigaitui6 &q.t._ RFP-ESE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The relevant services provided for this project were performed by Jason S. Taylor, P.E., following his employment by Cummins Cederberg and subsequent to his prior employment at Coastal Systems International in Coral Gables, FL. The Sunset Harbour Yacht Club is a luxury marina located in Miami Beach, consisting of 125 slips accommodating vessels ranging from 45 feet to 150 feet in length. The prior marina was comprised of concrete slabs, timber elements, and piles and caps, all of which had deteriorated since original construction. Cummins Cederberg conducted above- and below -water structural inspections of the existing dock components. The Cummins Cederberg engineering team created a baseline database regarding location and magnitude of all defects, as well as facility components that warranted replacement. For example, during inspections the team observed that an existing wave attenuation installation was incorrectly designed — so badly so that it actually accelerated deterioration, because incoming waves were reflecting and causing increased saltwater spray upon dock elements. Cummins Cederberg staff is expertly trained not only to perform assigned contractual tasks, but to proactively identify causes of deterioration unknown to clients. Subsequent to site -wide inspections, Cummins Cederberg provided engineering design for the replacement of the entire "E" dock, along with repairs to the structural components of the seawall, maintaining marina access during the new -dock construction. Cummins Cederberg processed all permits required for the project through all regulatory agencies, including Miami -Dade County Division of Environmental Regulation (DERM), the Florida Department of Environmental Protection (FDEP), and the U.S. Army Corps of Engineers (USACE). Cummins Cederberg also assisted with the bid solicitation process, marine contractor selection, and construction administration. Cummins Cederberg served as Special Inspector for the project, overseeing the construction of all new elements, including hardware, piling, decking and other materials required for the project. RFP-ESE Revised 11/05/18 Jason Taylor, M. SC., P.E Senior Engineer EDUCATION • B.Sc., Civil Engineering, Stanford University • M. Sc., Structural Engineering, Stanford University REGISTRATION • Registered Engineer - Florida Reg. No. 60277 • Special Inspector • Certified Diver • Advanced open Water Scuba CUMi11INS CI:ULRRLRG Marine Enginr cring REI.E\i NT EXPERTISE: • Bulkhead and -Seawall Design • • \'e> e.l Mooring Berthing • Construction 'administration and Inspections Fixed and Floating Marina New construction; Repairs, Retrofit: and Forensic Analyses RELEVANT EXPERIENCE Sunset Harbour Yacht Club, Miami Beach, FL. Repaired concrete slabs, caps and piles for 125-slip yacht marina. Environmental permit applications were prepared and processed. Detailed repair drawings were prepared with specific criteria to minimize impacts to adjacent structures, including the removal and replacement of severely deteriorated deck slabs. Construction administration services were provided to review in accordance with construction documents and environmental permits. Bentley Bay Marina, Miami Beach, FL. Structural design of 16-slip reinforced concrete marina located in Miami Beach. The marine consisted of reinforced concrete beams, pile caps, and fiberglass grating. The structural design was optimized to reduce the number of materials required while maintaining an aesthetically pleasing marina. Seahaven Superyacht Marina (fica Dania Marina), Dania Beach, FL. Engineering design for 1,200 feet of new bulkhead and more than 100,000 cubic yards of dredging for marina basin, along with specifications and support piling for floating dock system. Marine structures designed for mooring loads from vessels during hurricane conditions. Construction support services were also provided. Island Gardens Mega -Yacht Harbour, Miami, FL. Marina design and environmental permitting for 50-slip mega -yacht harbor on Watson Island as part of $600M site redevelopment. Responsible for engineering design of dredging, fixed piers, and wave attenuators for vessels up to 450' long. Marina Palms, North Miami Beach, FL. Design and inspection of existing derelict marina replacement for new condominium development. New concrete fixed and floating docks with steel sheet pile seawall. Keystone Point Marina, North Miami, FL. Bulkhead replacement with concrete sheet piling and steel king piles. New concrete launching platform supported on steel piling. Miami Marine Stadium Marina, Miami, FL. New bulkhead and platform construction to support forklift launching operations. Steel sheet piles and concrete auger piles. Bimini Bay Ferry Terminal, Bahamas. Design of 30'W x 1,600 LF access pier for new cruise terminal. Precast concrete planks, caps and steel pipe piling supporting truck traffic. Concrete topping slab pavement. Steel sheet pile abutment at island. Cummins 1 Cederberg 7550 Red Road, Suite 217 • South Miami, Florida 33143 Phone: +1 305 741 6155 • Fax: +1 305 974 1969 info@CumminsCederberg.com • www.CumminsCederberg.com 10< KEARNS CONSTRUCTION CO • CGC 060I94 Experience of the Fire Protection Engineer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33 133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the follo\A»ing infoi mation for completed projects within the past eight (8) years, where the Proposer believes the project is cf euu,l or greater scope, size, and complexity that best represent its ability to complete the "Project. The reference provided below should be tor one (1) project and must comply with the reouiremerts listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE, REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer) Reference Project Name/Address: Ocean Reef Club Marina, Phase 1 and 2: 201 Ocean Reef Drive, Key Largo, FL 33037 Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Martin H. Reeb, P.E. Reference Project Description: Marina renovation Scope of Services Provided: Fire protection engineering Compensation for Services: $40,000 Project Construction Cost: $ 12,092,000 Project Start Date: 5 /2010 Project Completion Date:10 / 2015 Construction Start Date: 5 / 2010 Fire Protection Engineer's Company Name:REDI Engineering Fire Protection Engineer's Title/Position:President Company's Contact Facsimile Number: (239) 389-0495 Construction Completion Date: 10/2015 Company's Contact Name: Martin H. Reeb, P.E. Company's Contact Phone Number: (239) 389-0078 Company's Contact E-mail: REDI1@comcast.net REFERENCE PROJECT INFORMATION (To be Completed .y the Project Owner) Project Completed on Time and within Budget: xYes ❑ No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ZAbove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Fire Protection Engineer provide Project Management Services? Wes ❑ No ❑ N/A Did the Fire Protection Engineer provide Construction Management Services?es ❑ No ❑ N/A Was the Fire Protection Engineer responsive to the Project Owner? 'Yes ❑ No ❑ N/A Was the Fire Protection Engineer timely in its reviews and submittals? ,Yes 0 No ❑ N/A Reference Company Name: geLL 14 �_� 1444+ 0&it R462- E'IReference Contact Name: �� 14 P/ S €cr L'�►° �ference Contact Signature: Reference Title/Position: ' g Refereq/ncc/ee Telephone Number: Facsimile Number: 1n� E-mail: v1 y/,l3-2✓5l Q'W,_s- «'V ''XYr)eRfB&ii ,14"-A11,11feat RFP-EFPE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This two-phase project at Ocean Reef Club Marina spanned five years of construction. REDI Engineering was the designer and engineer of record for the totality of the waterside fire protection system, and supervised its installation and testing. Phase 1 of the project consisted of replacing the existing Piers C and D with a new, 100-slip facility and utilities. Phase 2 of the project consisted of replacing the existing Piers E and F with a new, 120-slip facility and utilities, and construction of a Marina Village. RFP-EFPE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete, the "Project." The reference provided below should he for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer) Reference Project Name/Address: Fisher Island Marina: One Fisher Island Drive, Fisher Island, FL 33109 Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Martin H. Reeb, P,E, Reference Project Description: Megayacht marina construction Scope of Services Provided: Fire protection engineering Compensation for Services: $ 20,000 Project Construction Cost: $ 6,800,000 Project Start Date: 6 /2018 Project Completion Date:10 / 2018 Construction Start Date: 6 / 2018 Fire Protection Engineer's Company Name:REDI Engineering Fire Protection Engineer's Title/Position:President Company's Contact Facsimile Number: (239) 389-0495 Construction Completion Date: 10/2018 Company's Contact Name: Martin H. Reeb, P.E. Company's Contact Phone Number: (239) 389-0078 Company's Contact E-mail: REDI1@comcast.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: N] Yes ❑ No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? Eves Quality of Services Provided: —Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Fire Protection Engineer provide Project Management Services? gYes ❑ No Did the Fire Protection Engineer provide Construction Management Services? JYes ❑ No Was the Fire Protection Engineer responsive to the Project Owner? KYes ❑ No Was the Fire Protection Engineer timely in its revs ws and submittals? tgYes ❑ No Reference Company Name: LLjrV�A�VI�{' V� ,������ Reference Contact Name: Reference Title/Position: j`)(,jj/ it Reference Contact Signature: Reference Telephone Number: 9'04/— - 255 l ❑ N/A ❑ N/A ❑ N/A ❑ N/A ❑ No Facsimile Number: E-mail: ��IN,` a Mdei l�. !�� g'q . itt SQc 6 wfi' RFP-EFPE Revised 11/05/18 SPACE BELOW IS TO BE I TILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE • This project consisted of the replacement of a megayacht marina dock at Fisher Island in Biscayne Bay. The initial phase included concrete pile and wood pile extraction, removal and disposal of marine utilities, cutting of piles and concrete docks and their removal, underwater welding of sheet piles, underwater seawall repairs and above -water concrete dock and concrete seawall repairs. New construction included steel pile and concrete pile driving, poured in place concrete work and dock repairs, and installation of new docks, boat ramps, ladders and dock accessories. REDI Engineering was the designer and engineer of record for the totality of the waterside fire protection system, and supervised its installation and testing. RFP-EFPE Revised 11/05/1B City of Miami, Department of Procurement Experience of the Fire Protection Engineer/Reference Form - RFP-EFPE INSTRUCTIONS Fire Protection Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the -Project. The reference provided below should he for one (1) project and must comply with the requirements lister in Section 3 5(C) of the RFP. Please provide at least three (3) projects FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Fire Protection Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Fire Protection Engineer} Reference Project Name/Address: Island Gardens Marina: 888 MacArthur Causeway, Miami, FL 33132 Name(s) and Role(s) of Fire Protection Engineer Working on this Reference Project: Martin H. Reeb, P.E. Reference Project Description: Megayacht marina construction Scope of Services Provided: Fire protection engineering Compensation for Services: $ 20,000 Project Start Date: 2 /2015 Project Completion Date: 6 / 2015 Project Construction Cost: $ 7,800,000 Construction Start Date: Construction Completion Date: 6 / 2015 10/2016 Fire Protection Engineer's Company Name:REDI Engineering Company's Contact Name: Martin H. Reeb, P.E. Fire Protection Engineer's Title/Position:President Company's Contact Facsimile Number: (239) 389-0495 Company's Contact Phone Number: (239) 389-0078 Company's Contact E-mail: REDI1@comcast.net REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner} Project Completed on Time and within Budget:es ❑ No Project Duration: If "No," was the Fire Protection Engineer at fault or did it contribute to the delay(s) or increased cost? Quality of Services Provided: Bove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Fire Protection Engineer provide Project Management Services? Did the Fire Protection Engineer provide Construction Management Services? Was the Fire Protection Engineer responsive to the Project Owner? Was the Fire Protection Engineer timely in its reviews and submittals? Reference Company Name Tiro 5Vb's0-LbvwGy G 4L Reference Contact Name: Reference Title/Position: Oi MIL( '+ n - Reference Contact Signat Reference Telephone Number: 3�S166 Facsimile Number: E-mail:-ov&T-C Z c.( ea rJ Q A A ❑ Yes ❑ No ❑ Yes ❑ Yes s es RFP-EFPE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). REDI Engineering was the designer and engineer of record for the totality of the waterside fire protection system for Island Gardens Marina, and supervised its installation and successful testing. The marina, located on Watson Island in the City of Miami, is the first deep -water superyacht facility of its capacity in the Western Hemisphere. Its Deep Harbour includes 5,000 linear feet of slips with depths to 27 feet, and is designed to accommodate megayachts up to 500 feet long. RFP-EFPE Revised 11/05/18 REDI REEB ENGINEERING & DESIGN, INC. 205 Seminole Court Phone: (239) 389-0078 Marco Island, Florida 34145 email: martin@reebengineering.com REDI Engineering Services REDI (Reeb Engineering & Design, Inc.) is a consulting engineering firm that specializes in the design of Mechanical, Electrical, & Plumbing (MEP) systems for building and marine construction. Located in Southwest Florida, REDI has been serving engineering needs throughout the area since 1997. Mechanical, Electrical, & Plumbing services include, but are not limited to: *Marine, dock, and dry stack storage systems. *Air Conditioning, Ventilation, and Heating (HVAC) systems. *Plumbing systems. *Fire Protection systems. *Electrical power and lighting systems. *Fire Alarm systems Our services focus on the necessary steps for projects from inception to final completion. These include, among others: energy/cost reduction studies, construction/bidding documents, design/build, and necessary forms for permitting agencies. Vision Maintaining the company as flexible, adaptable, and efficient, REDI has kept to the principle that a responsive approach to projects, at a cost within budget, gives clients the best service. Working closely with installing contractors, we are equipped to provide efficient and timely attention to projects large or small. Background After graduating from Purdue University's engineering program, Martin Reeb began his career in the aircraft manufacturing industry, later refocusing his goals in the building construction industry. REDI engineering was formed in 1997 with a vision to provide quality services to the regions construction industry. Project Experience *Marine water side mechanical systems for boat slips. *Marine dry storage multi -level rack facilities for boat storage. *Office tenant spaces. *Retail/Restaurant tenant spaces. *Industrial and manufacturing. Company Registrations *Corporate Registration: Florida Certificate of Authorization No. 8160. *Qualifying Engineer: Martin Reeb, Florida Professional Engineer License No. 49323. Florida Board of Professional Engineers 2639 North Monroe Street, Suite B-112 Tallahassee, FL 32303-5268 Reeb Engineering & Design, Inc. 205 SEMINOLE COURT MARCO ISLAND, FL 34145 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original, a certified copy, or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face, or because the genuineness of the document is uncertain, or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date, please call (850) 521-0500, or write, Florida Board of Professional Engineers, 2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail: board@fbpe.org. Our website address is http://www.fbpe.org.-- Is authorized under the provis to the public through a Professio Expiration: 2/28/2019 Audit No: 228201900062 R FBPE F LURIDA ROA14I)(W 14[OFL59ILWAL I KGIN,;FAS a, to offer engineering services Chapter 471, Florida Statutes. CA Lic. No: 8160 11 KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Plumbing Engineer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form - RFP-EPLE INSTRUCTIONS Plumbing Engineer Shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the -Project.' The reference provided below should be for one (1) project and must comply with the requirements listeo in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address: Pier 66 Hotel and Marina: 2301 SE 17th Street, Fort Lauderdale, FL 33316 Name(s) and Role(s) of Plumbing Engineer Working on this Reference Project: Rene I. Basulto, P.E., Engineer of Record Reference Project Description: Multi -use marina Scope of Services Provided: Engineering design of domestic water and sanitary systems Compensation for Services: $ 58,000 Project Construction Cost: $ 8,900,000 Project Start Date: 8 /2013 Project Completion Date:7 / 2014 Construction Start Date: 10 / 2014 Construction Completion Date: 2 / 2016 Plumbing Engineer's Company Name: Basulto & Associates, Inc.Company's Contact Name: Rene I. Basulto, P.E. Plumbing Engineer's Title/Position: Principal Company's Contact Facsimile Number: (305) 698-3989 Company's Contact Phone Number: (305) 698-3988 Company's Contact E-mail: RBasulto@Basulto.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Ownerl Project Completed on Time and within Budget: es ❑ No Project Duration: / & rr- -'7.1 p If "No," was the Plumbing Engineer at fault or did it contribute to the delay(s) or increased cost? El Yes Quality of Services Provided: ave Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? Did the Plumbing Engineer provide Construction Management Services? Was the Plumbing Engineer responsive to the Project Owner? Was the Plumbing Engineer timely in its reviews and submittals? Reference Company Name: ,1-2Jt D Reference Title/Position: L) 1 ^'c'"` Reference Telephone Number: Facsimile Number: �s4(— 073.3('5�7 es ❑ No ❑ N/A ❑ Yes ❑ No R'IV%A es ❑ No ❑ N/A Eprir ❑ No ❑ N/A Reference Contact Name: 12-"e' �G Reference Contact Signatui E-mail: >KQ a) USryt rd/Z� ap S� RFP-EPLE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Basulto & Associates designed the plumbing systems for Pier 66 Marina, located on the Intracoastal Waterway in Fort Lauderdale. This facility was completely re -constructed with modifications that expanded the marina to more than 5,000 linear feet of dock space. The rebuilt docks allow berthing of yachts up to 400 feet in length and with drafts of up to 25 feet. The plumbing design for this marina included domestic water to each yacht utility pedestal, along with a vacuum -type sanitary system for pump -out of yacht sewage storage tanks. The plumbing design also included connection to the city's sewer system. RFP-EPLE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form - RFP-EPLE INSTRUCTIONS Plumbing Engineer shall complete the following information for completed projects within the past eight (3) years, where the Proposer,believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the 'Project. r he reference provided below should he for one (1) project and must comply with the requirements listed in Section 3 5(C) of the REP. °lease provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address:RMK Merrill -Stevens Shipyard: 881 NW 13th Avenue, Miami, FL 33125 Name(s) and Role(s) of Plumbing Engineer Working on this Reference Project: Rene I. Basulto, P.E., Engineer of Record Reference Project Description: Commercial shipyard and 2,700-ton ship lift Scope of Services Provided: Engineering design of domestic water and sanitary systems Compensation for Services: $48,000 Project Construction Cost: $ 12,500,000 Project Start Date: 2 /2015 Project Completion Date: 11 / 2015 Construction Start Date: 6 / 2016 Construction Completion Date: 11 / 2018 Plumbing Engineer's Company Name: Basulto & Associates, Inc.Company's Contact Name: Rene I. Basulto, P.E. Plumbing Engineer's Title/Position: Principal Company's Contact Facsimile Number: (305) 698-3989 Company's Contact Phone Number: (305) 698-3988 Company's Contact E-mail: RBasulto@Basulto.com REFERENCE PROJECT INFORMATION (To be omp e ed by the Project Owner) Project Completed on Time and within Budget: E es ❑ No Project Duration: Iv evtope41*, If "No," was the Plumbing Enginee at fault or did it contribute to the delay(s) or increased cost? D Yes ❑ No Quality of Services Provided: Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? Yes 0 No Did the Plumbing Engineer provide Construction Management Services? ❑ Yes 0 No Was the Plumbing Engineer responsive to the Project Owner? QYe ❑ No Was the Plumbing Engineer timely in i s reviews and submittals? Yes ❑ No N/ Reference Company Name: etu-ei).S- Reference Contact Name: /-I, Reference Title/Position: 305— 3.7Y`6-2// Reference Contact Signature: Reference Telephone Number: lCU Facsimile Number: E-mail: cac<. ❑ N/A ❑ N/A ❑ N/A RFP-EPLE Revised 11/05/1B SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Basulto & Associates designed the plumbing systems for the RMK Merrill -Stevens Shipyard, located on the Miami River. This facility was completely reconstructed and now has the capability of dry-docking ships up to 250 feet in length with the shipyard's new 2,700-ton lift. The plumbing design included domestic water, sanitary, forced main sanitary and compressed air system connections to two facility buildings, along with multiple utility stations throughout the shipyard. The plumbing design work included coordination of utility connections with the City of Miami Public Works Department. RFP-EPLE Revised 11/05/18 AL: .. City of Miami, Department of Procurement Experience of the Plumbing Engineer/Reference Form - RFP-EPLE INSTRUCTIONS Plumbing Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity, that hest represent its ability to complete the "pro ect. The reference provided below should he for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS {To be Completed by the Plumbing Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Plumbing Engineer) Reference Project Name/Address: Island Gardens Marina: 888 MacArthur Causeway, Miami, FL 33132 Name(s) and Role(s) of Plumbing Engineer Working on this Reference Project: Rene I. Basulto, P.E., Engineer of Record Reference Project Description: Megayacht marina in City of Miami Scope of Services Provided: Engineering design of domestic water and sanitary systems Compensation for Services: $ 58,000 Project Construction Cost: $ 7,800,000 Project Start Date: 2 /2015 Project Completion Date: 6 / 2015 Construction Start Date: 6 / 2015 Construction Completion Date: 10/2016 Plumbing Engineer's Company Name: Basulto & Associates, Inc.Company's Contact Name: Rene I. Basulto, P.E. Company's Contact Phone Number: (305) 698-3988 Company's Contact Facsimile Number: (305) 698-3989 Company's Contact E-mail: RBasulto@Basulto.com Plumbing Engineer's Title/Position: Principal REFERENCE PROJECT INFORMATION (To be omp e e..y the Project Owner) Project Completed on Time and within Budget: [ Yes ❑ No Project Duration: If "No," was the Plumbing Engineer t fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: Above Expectations* ❑ Average ❑ Below Expectations (") "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Plumbing Engineer provide Project Management Services? Wrires ❑ No ❑ N/A Did the Plumbing Engineer provide Construction Management Services? Yes 0 No 0 N/A Was the Plumbing Engineer responsive to the Project Owner? [Ye ❑ No ❑ N/A Was the Plumbing Engineer timely in its reviews and submittals? Yes ❑ No ❑ N/A ZD Reference Company Name:J 5(!01/(d ( Jr Reference Contact Name• ck,( Reference Title/Position:(i e C ►12 cJ �NQ r eference Contact Signa Reference Telephone Number:(5 Y5) Facsimile Number: .206 -$r46 1 E-mail: ❑ No RFP-EPLE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFOR ii • ► Basulto & Associates designed the plumbing systems for Island Gardens Marina, located on Watson Island in the City of Miami. The marina is the first deep -water superyacht facility of its capacity in the Western Hemisphere. Its Deep Harbour includes 5,000 linear feet of slips with depths to 27 feet, and is designed to accommodate megayachts up to 500 feet long. The plumbing design for this marina included domestic water to each yacht utility pedestal ,along with a vacuum -type sanitary system for pump -out of yacht sewage storage tanks. The plumbing design also included connection to the city's sewer system, along with design of the related sewer discharge metering system. RFP-EPLE Revised 11/05/18 BASULTO A S S O `C_. "•.I A TES ( O N S LI L T I N C; r N c 1 N r r R S Rene I. Basulto, P.E., MSEM, LEED, AP, CxA, CPE, CPD Principal Mr. Rene I. Basulto has used his many years of experience as an engineer and manager for the design of a wide variety of commercial, industrial, governmental, educational, and medical projects in the public as well as the private sector throughout the United States and overseas. Under his leadership the firm has evolved into one of the most prominent and respected engineering firms in South Florida. Key Projects MDWASD Pump Stations Upgrades Pump Stations Nos. 7, 64, 113, 114, 140, 173, 427, 430, 435, 439, 502, 560, 767, 794, 1018, and Epiphany Church Design and preparation of water and sewer system construction plans for the construction of upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels, new electrical services, new telemetry systems, replacement of PS piping, new valve vaults and fittings, new wet wells, demolition of existing pump stations, and associated site improvements. City of Hialeah Section 26 Sewer Improvements Pump Stations Nos. 132, 133, 134, 135, 137, 138, 139, 140, 141, 142 and 144 Design and preparation of water & sewer system construction plans for each of the stations, which included a new regional pump station consisting of a submersible pump station with 4 submersible pumping units (215 HP) with a peak capacity of 8,880 GPM (12.8 MGD) and valve chamber. The pump station site included a building housing the electrical control room and a storage area; an odor control unit; MDWASD flow meter, emergency generator, and other improvements. Hialeah R.O. Water Treatment Plant Well Site No. 11 Design and preparation of construction documents for Well Site No. 11. This project included design of electrical service for water pump station with coordination of service connection to Florida Power and Light Company. Construction Administration Services with coordination with master plan design team and contractors. HROWTP Pipeline Hialeah Annex Pump Design and preparation of construction documents for the Hialeah Annex Pump. The project included medium voltage (23 kv) design for electrical connection to four pump buildings as designed by AECOM including duct bank along service road. Specifications for switchgear, cables, hand holes, and equipment pads. Specification for service lateral to each building. Specifications for grounding system and coordination for service point with Florida Power and Light Company. ear of • 36 Years in Industry • Masters of Science in Engineering Management, Florida International University • B.S. Mechanical Engineering, Florida International University Licenses & Certifications • Professional Engineer, Florida No. 40869 • General Contractor, Florida No. CG- 0060225 • Certified Plans Examiner, Florida No. PX- 0001324 • Certified Inspector, Florida No. BN- 0003018 Rene I. Basulto, P.E., MSEM, LEED, AP, CxA, CPE, CPD (Continued) Bank United S.W. 8th Street Exterior Lighting Design and drafting of the exterior lighting of Bank United's South West 8th street branch. Design was part of complete bank renovation. City of Hialeah Street Lighting Projects Design and preparation of construction documents for roadway lighting for several street lighting projects in the City of Hialeah. Designed illumination for miles of street lighting. Projects included: ■ West 16th Avenue ■ West 18th Avenue • West 53rd St. between West 8th Ave. and West 12th Ave. ■ Southeast 4th Street • East 13th Street ■ West 80th Street 138th Street East 63rd Street to East 65th Street East 7th Street — 9th Street Valencia Commons Site Lighting Design and drafting site lighting for parking lot area. Large shopping center parking facility design as part of entire shopping center. Westchester Shopping Center Site Lighting Photometric site lighting design and drafting to comply with Miami Dade County Ordinances. Renovation of existing parking area to meet minimum illumination levels required by Miami -Dade County. Mirasol Ocean Tower Design and drafting for installation of new back flow preventer and domestic water pumps for existing 28 stories condo building. Villas De Marbella I and II Design and drafting for conversion of single water meter serving a 17 unit townhouse building for Marbella I and a 20 unit townhouse building for Marbella II to individual meters for each living unit and an individual meter for the building common area water connection. Miami Beach Senior High School Design and drafting for new water service and distribution throughout a multi -building high school campus located in Miami Beach. City of Miami Street Lighting Projects Design, drafting and preparation of construction documents for roadway lighting for several street lighting projects in the City of Miami. Designed illumination for miles of street lighting. Projects included: ■ NE 2nd Avenue ■ Museum Park Walk • NW 154th Street • Alabama • Connecticut • Georgia • Louisiana • Mississippi • New York • New Jersey • North Carolina • South Carolina • Tennessee • Texas Registrations • LEED Accredited Professional • ICC Registered Mechanical Inspector • ICC Registered Mechanical Plans Examiner • Certified Plant Engineer (CPE) 2 American Society of Plumbing Engineers 640o Shafer Ct. Suite 35o, Rosemont IL 6o018 The individual listed is a member in good standing for the year 06/01/2018 to 05/31/2019 Member Since 05/24/2017 Rene Ignacio Basulto, P.E. Basulto & Associates. 14160 Palmetto Frontage RD. Suite22 Type: Full Miami Lakes FL 33016 caSPE American Society of Plumbing Enginoas- Membership #:18803 r President 03/07/2018 Logon id to the ASPE website and store: Basulto18803 Password: MI18803 At the left is your membership card for the current membership year. Thank you for your support! Florida Board of Professional Engineers 2639 North Monroe Street, Suite B-112 Tallahassee, FL 32303-5268 Basulto & Associates, Inc. 14160 PALMETTO FRONTAGE ROAD SUITE 22 MIAMI LAKES, FL 33016 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original, a certified copy, or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face, or because the genuineness of the document is uncertain, or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license, a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date, please call (850) 521-0500, or write, Florida Board of Professional Engineers, 2639 North Monroe Street, Suite B-112,Tallahassee, FL 32303-5268 or e-mail: board@fbpe.org Our website address is http://www.fbpe.org. State of Florida Board of Professional E eers Attests that =l'_'r, Basulto & Associates; Tiii FBPE 1 1 I,R11),\ 11t).\ 0) 01 IRI h 115E \I I \(.I\I I H5 Is authorized under the provisions of Section 471.023, Mori tatutCs, to offer engineering services to the public through a Professional Engineer, duly licensed wider Chapter 471, Florida Statutes. Expiration: 2/28/2019 .yv �.. CA Lic. No: Audit No: 228201900736 R 6722 Minority Business Certification Basulto & Associates, Inc. Is certified under the provisions of 287 and 295.187, Florida Statutes, for a period from: 08/1 8/201 7 to 08/18/2019 Erin Rock. Secretary Florida Department Of Management Services office of supplier Office of Supplier Diversity • 40S0 Esplanade Way, Suite 380 • "Dillahassee, FL 32399 • 850-487.0915 • www dnrs.myflerida.cammosd This certificate is hereby issued to: Approval Date: 02/07/2018 Expiration Date: 02/28/2019 Miami -Dade County Internal Services Department Architecture/Engineering (A/E) Pre -Qualification Certificate BASULTO & ASSOCIATES INC 14160 PALMETTO FRONTAGE RD SUITE #22, Miami Lakes, FL 33016-0000 The above name applicant is pre -qualified to provide professional A/E services for Miami -Dade County for the period indicated above. The applicant has committed its firm to comply with the specific conditions listed below: 1. Pre -Qualified to offer professional services only in the Miami -Dade County technical categories shown in the "Statement of Technical Qualifications." All technical category restrictions must be strictly adhered to. 2. Pre -Qualification Certification (PQC) consolidates the technical certification, affirmative action plan, and vendor registration into one streamlined certification process resulting in the issuance of a Pre -Qualification Certificate. 3. Report any significant changes, such as contact person, qualifier, ownership, firm address, etc., by login on the Self -Service Portal at www.miamidade.gov/vendor within 30 days of such a change. Failure to report said changes to the County may result in the immediate suspension or termination of your firm's Pre - Qualification Certification. 4. Failure to renew your firm's PQC at least thirty (30) days prior to your firm's current expiration date may result in the suspension and/or termination from County programs and current or future contracts until your firm's Pre -Qualification Certification has been properly renewed. Any lapses in the certification of any of the required PQC areas (vendor registration, affirmative action plan, or technical certification) will result in a lapse in your PQC. Firms are responsible for observing and adhering to all submission deadlines. 5. Any renewal applications and/or supporting documents submitted after the application deadline might delay the review of your firm's PQC certification to the next available Technical Certification Committee meeting. The PQC application, submission deadlines, and the Technical Certification Committee meeting calendar can be found on Procurement Management web site located at: http://www.m iam idade.gov/interna (services/prequailification-certification.asp 6. Permit Miami -Dade County representatives to have access during normal business hours to audit books and records to verify information submitted with this application. This right of access shall commence on the approval date of this certificate and shall terminate on its expiration date. Please note that if at any time Miami -Dade County's has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, the County may refer the matter to the State Attorney's Office and/or other investigative agencies, initiate debarment procedures, and/or pursue sanctions or other legal remedies in accordance with Miami -Dade County policy and/or applicable federal, state and local laws. Approved By Technical Certification Committee Miami -Dade County Miami -Dade Count Public Schools Superintendent of Schools Alberto M. Carvalho December 13, 2016 Basulto & Associates, Inc. Attn: Mr. Rene I. Basulto 14160 Palmetto Frontage Road, Suite 22 Miami Lakes, FL 33016 RE: SBE, M/WBE Recertification Mr. Basulto, giving our students the world Miami -Dade County School Board Perla Tabares Hantman, Chair Dr. Dorothy Bendross-Mindingall, Vice Chair Susie V. Castillo Dr. Lawrence S. Feldman Dr. Wilbert -Tee" Holloway Dr. Martin Karp Lubby Navarro Raquel A. Regalado Dr. Marta P4rez Wurtz We are in receipt of Basulto & Associates, Inc. Business Enterprise Program Certification Application submitted to The School Board of Miami -Dade County, Florida ("Board"). Kindly note that after careful review of the documents provided by your company, it has been determined that your application is complete and your firm is certified for the following: Small Business Enterprise (SBE) Minority Women Business Enterprise (M/WBE) The period of certification commenced on 11/14/2016 and expires 11/14/2019. Please feel free to contact our office if you have any questions or concerns. Sincerely, Taimar Prince SBE Contract Compliance Manager, Office of Economic Opportunity Office of Economic Opportunity • School Board Administration Building • 1450 N.E. 2"" Avenue • Suite 428 • Miami, FL 33132 305-995-1307. 305-995-0739 (FAX) • oeo.dadeschools.net MIAMI-DADE COUNTY PUBLIC SCHOOLS Small Business Enterprise (SBE) Certificate THIS CERTIFIES THAT Basulto & Associates, Inc. IS OWNED AND CONTROLLED BY A(N) TIER 1 PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 November 14, 2016 November 14, 2019 6501182 Issue Date Expiration Date Vendor No. IK.014.a, 694412J-1-aAAd Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 MIAMI-DADE COUNTY PUBLIC SCHOOLS Minority/Women Business Enterprise (MWBE) Certificate THIS CERTIFIES THAT Basulto & Associates, Inc. IS OWNED AND CONTROLLED BY A(N) HISPANIC AMERICAN PURSUANT TO MIAMI-DADE COUNTY PUBLIC SCHOOL BOARD POLICY 6320.02 November 14, 2016 November 14, 2019 6501182 Issue Date Expiration Date Vendor No. qkkekQA, iiAlte.-1,0i, Office of Economic Opportunity 1450 NE 2nd Avenue, Suite 428 Miami, Florida 33132 12 KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Electrical Engineer 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project Is of equal or greater scope, size, and complexity that best represent its ability to complete the `Project." The reference provided below should he for one (1) project and must comply with the requirements listec it Section 3.5(C) of the R=P_ Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: Pier 66 Hotel and Marina: 2301 SE 17th Street, Fort Lauderdale, FL 33316 Name(s) and Role(s) of Electrical Engineer Working on this Reference Project: Rene I. Basulto, P.E., Engineer of Record Reference Project Description: Multi -use marina Scope of Services Provided: Engineering design of power, lighting, communication and fire alarm systems Compensation for Services: $ 58,000 Project Start Date:8 /2013 Project Completion Date:7 / 2014 Project Construction Cost: $ 8,900,000 Construction Start Date: 10 / 2014 Construction Completion Date: 2 /2016 Electrical Engineer's Company Name: Basulto & Associates, Inc.Company's Contact Name: Rene I. Basulto, P.E. Electrical Engineer's Title/Position: Principal Company's Contact Facsimile Number (305) 698-3989 Company's Contact Phone Number: (305) 698-3988 Company's Contact E-mail: RBasulto@Basulto.com REFERENCE PROJECT INFORMATION (To be Completethe Project Owner) Project Completed on Time and within Budget : es ❑ No Project Duration: cyev, If "No," was the Electrical Engineerault or did it contribute to the delay(s) or increased cost? ❑ Yes No Quality of Services Provided: Above Expectations* ❑ Average D Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Electrical Engineer provide Project Management Services? 12/es ❑ No ❑ N/A Did the Electrical Engineer provide Construction Management Services? ❑ Yes ❑ No N/A Was the Electrical Engineer responsive to the Project Owner? 12Ks ❑ No ❑ N/A Was the Electrical Engineer timely in its reviews and submittals? Yes El yy No ❑ N/A Reference Company Name: P ‘•••• Reference Contact Name: 'ham' `-A Ca" Reference Title/Position: V.. . M 1�� ^� �° Of-Q a^S • Reference Contact 5ignat a:- d Reference Telephone Number: Facsimile Number: E-rp il: 5 /144)Liti:0,1 cc)„__ qG- - 3373.3rs� RFP-EELE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Basulto & Associates designed the electrical systems for Pier 66 Marina, located on the Intracoastal Waterway in Fort Lauderdale. This facility was completely re -constructed with modifications that expanded the marina to more than 5,000 linear feet of dock space. The rebuilt docks allow berthing of yachts up 400 feet in length and with drafts of up to 25 feet. The electrical service is a total of 6,000 amps at 480 volts. The electrical distribution system divides between two docks, allowing electrical connections ranging from 200 amps up to 800 amps, depending on each yacht's energy requirements. The electrical design included coordination with Florida Power and Light , allowing the Pier 66 hotel tower to remain operational while its marina was reconstructed. Lighting design was performed using the latest in LED technology, providing well -illuminated docks and related walkways. Communication systems design included dock access systems, security camera systems, Wi-Fi systems and fire alarm systems. RFP-EELE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that hest represent its ability to complete the 'Project." The reference provioec below should he for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP Please provide at least three (3) projects FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: RMK Merrill -Stevens Shipyard: 881 NW 13th Avenue, Miami, FL 33125 Name(s) and Role(s) of Electrical Engineer Working on this Reference Project: Rene I. Basulto, P.E., Engineer of Record Reference Project Description: Commercial shipyard and 2,700-ton ship lift Scope of Services Provided: Engineering design of power, lighting, communication and fire alarm systems Compensation for Services: $48,000 Project Start Date:2 /2015 Project Completion Date:11 / 2015 Project Construction Cost: $ 12,500,000 Construction Start Date: 6 / 2016 Construction Completion Date: 11 /2018 Electrical Engineer's Company Name: Basulto & Associates, Inc.Company's Contact Name: Rene I. Basulto, P.E. Electrical Engineer's Title/Position: Principal Company's Contact Facsimile Number:(305) 698-3989 REFERENCE PROJECT INFORMATION ( o .e Company's Contact Phone Number: (305) 698-3988 Company's Contact E-mail: RBasulto@Basulto.com y the Project Owner) Project Completed on Time and within Budget : Yes ❑ No Project Duration: So t•--orbs If "No," was the Electrical Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: [bove Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Electrical Engineer provide Project Management Services? 1 Y s ❑ No Did the Electrical Engineer provide Construction Management Services? n Y ❑ No Was the Electrical Engineer responsive to the Project Owner? H Y n No Was the Electrical Engineer timely in its reviews and submittals? Yes ❑ No Reference Company Name: ryf4/4,0,/ig,e JS Reference Title/Position: 'j' Reference Telephone Number: /05:--32y,SZi/ Facsimile Number: Reference Contact Name: Reference Contact Signature: E-mail: ofoleoetlyetrOte.6GM't ❑ No ❑ N/A N/A ❑ N/A D N/A RFP-EELE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Basulto & Associates designed the electrical systems for the RMK Merrill Stevens Shipyard, located on the Miami River . This facility was completely re -constructed and now has the capability of dry-docking ships up to 250 feet in length with the shipyard's new 2,700-ton lift. The electrical design included distribution to two facility buildings along with multiple power modules throughout the shipyard, providing power service to both dry-docked ships as well as to onsite maintenance equipment. The electrical service for the shipyard is 4,000 amps at 480 volts. The electrical design included coordination with Florida Power and Light for a new electrical service to meet the shipyard's increased electrical requirements. The electrical design also included shipyard lighting and communications. RFP-EELE Revised 11/05/18 City of Miami, Department of Procurement Experience of the Electrical Engineer/Reference Form - RFP-EELE INSTRUCTIONS Electrical Engineer shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the "Project. The reference provided below should he for one (1) project and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE, REFERENCES) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Electrical Engineer) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Electrical Engineer) Reference Project Name/Address: Island Gardens Marina: 888 MacArthur Causeway, Miami, FL 33132 Name(s) and Role(s) of Electrical Engineer Working on this Reference Project: Rene I. Basulto, P.E., Engineer of Record Reference Project Description: Megayacht marina in City of Miami Scope of Services Provided: Engineering design of power, lighting, communication and fire alarm systems Compensation for Services: $58,000 Project Construction Cost: $ 7,800,000 Project Start Date:2 /2015 Project Completion Date:6 / 2015 Construction Start Date: 6 / 2015 Construction Completion Date: 10 / 2016 Electrical Engineer's Company Name: Basulto & Associates, Inc.Company's Contact Name: Rene I. Basulto, P.E. Electrical Engineer's Title/Position: Principal Company's Contact Facsimile Number:(305) 698-3989 Company's Contact Phone Number: (305) 698-3988 Company's Contact E-mail: RBasulto@Basulto.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : es ❑ No Project Duration: If "No," was the Electrical Engineer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: ❑ Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Electrical Engineer provide Project Management Services? s ❑ No Did the Electrical Engineer provide Construction Management Services? s ❑ No Was the Electrical Engineer responsive to the Project Owner? 111<s No Was the Electrical Engineer timely in its reviews and submittals? es ❑ No �ist dr Reference Company Name: Reference Contact Name: a �r Reference Title/Positional �d[ �9Q r �� r CA-C Reference Telephone Number] 1316266- Facsimile Number: irk 51 Reference Contact Si E-mail: ❑ No ❑ N/A ❑ N/A ❑ N/A RFP-E ELE Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Basulto & Associates designed the electrical systems for Island Gardens Marina, located on Watson Island in the City of Miami. The marina is the first deep -water superyacht facility of its capacity in the Western Hemisphere. Its Deep Harbour includes 5,000 linear feet of slips with depths to 27 feet, and is designed to accommodate megayachts up to 500 feet long. The electrical service is a total of 8,000 amps at 480 volts. The electrical distribution system divides between two docks, allowing electrical connections ranging from 200 amps up to 1,600 amps, depending on each yacht's energy requirements. The electrical design included coordination with Florida Power and Light. Part of that coordination provided for temporary electrical service to allow the marina to be fully functional while a related condominium was under construction. Once completed, the marina electrical service was transferred to a permanent electrical service point within the condominium tower. The design of the permanent electrical service included medium -voltage unit substations with operating voltages of 13.2 kv. Lighting design was performed using the latest in LED technology, providing well -illuminated docks and related walkways. Communication systems design included dock access systems, security camera systems and Wi-Fi systems. RFP-EELE Revised 11/05/18 13 KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Special Inspector 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX:305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS Spec!aI Inspector coi pit tc: the lullo,nni, inioi mnatiur for c,orrplE',E ci pro cct�s vJithm the p,-,l r icht Its) ye,ar> ,here the Proposer believes Cie project i5 of Fqua ei hreater Scep, t., and curnpIL •it), that best represr.nt its, r.;bility IL) CCmfIEtE the "Prujectreference pru;ic!eu Belo„ should be for one (1) project, end must comply with the rec ulrr rnerir.: li red in Sec:ion 3d (C) of chr° RFP please provide at least three (),) protects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS fro be ComiAeted by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Bentley Bay Marina: 520 West Avenue, Miami Beach, FL 33139 Name(s) and Role(s) of Special Inspector Working on this Reference Project: Jason Cummins, P.E., FOR & Special Inspector Reference Project Description: New construction of two -pier, 16-slip marina Scope of Services Provided: Engineering design, construction administration, special inspections for concrete work and pilings Compensation for Services: $ 60,000 Project Construction Cost: $ 1,200,000 Project Start Date: 1 / 2016 Project Completion Date: 10 / 2017 Construction Start Date: 12/ 2016 Special Inspector's Company Name: Cummins Cederberg, Inc. Special Inspector's Title/Position: Principal Company's Contact Facsimile Number: (305) 974-1969 Construction Completion Date: 10/ 2017 Company's Contact Name: Jannek Cederberg, P.E. Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberg@CumminsCederberg. CO1 REFERENCE PROJECT INFORMATION (To be Complet-..y Pr.j • ne.r) Project Completed on Time and within Budget : ❑ Yes ❑ No Project Duration: If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: [Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? Yes ❑ No ❑ N/A Did the Special Inspector provide Construction Management Services? [KYes ❑ No ❑ N/A Was the Special Inspector responsive to the Project Owner? b ve ❑ No ❑ N/A Was the Special Inspector timely in its reviews and submittals? gyes ❑ No ElN/A Reference Company Name: a- - riic. Reference Contact Name:la (vi-S Reference Title/Position: DU). i Reference Contact Signatu Reference Telephone Number:3Q5-co-4- Facsimile Number: 3C6-(014- E-ma.i• CGS RFP-ESI Revised 11/05/1B SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Bentley Bay Marina project is located slightly north of the MacArthur Causeway, on the western shore of Miami Beach and within the Biscayne Bay Aquatic Preserve, adjacent to submerged lands that are sovereign. As such, the project site was subject to environmental sensitivity and regulatory challenges in a space where new marinas typically are not allowed to be constructed. However, through comprehensive research of the submerged lands ownership and historical use at the project site, as well as extensive negotiations with various regulatory agencies, necessary permits were secured from the Miami -Dade County Division of Environmental Regulation (DERM), Florida Department of Environmental Protection (FDEP) and the U.S. Army Corps of Engineers (USACE). Beyond the customary regulatory approvals, an FDEP Sovereign Submerged Lands Lease (SSLL) and DERM Marina Operating Permit (MOP) also were secured. Gina Chiello, presently a Cummins Cederberg senior project manager, performed those project services during her prior employment at Coastal Systems International in Coral Gables, FL. Cummins Cederberg subsequently was engaged to design the marina, utilizing concrete piles, cap and beams with decking grated to allow for adequate Tight penetration to sustain bay -bottom seagrass habitat. Structural design of the docks relative to extreme weather conditions and vessel loads was performed. Design services also included materials selection and coordination of utility improvements (i.e. electrical, plumbing and fire protection). Cummins Cederberg also assisted the client with bidding, review and ultimate selection of a marine contractor for project construction. Throughout construction, Cummins Cederberg provided administrative services, including regular site visits and field observation reports, contractor submittal review and approvals, budget tracking, review of pay applications, special inspections for concrete members and piling installation, and permit close-out, RFP-ESI Revised 11/05/18 City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI INSTRUCTIONS -i' II _iri:l I -I .,r r;r�,. Huh_ ire. :3rr: , her it Hr..-;,r' Chi Ir i�, ,�C.'IC _ el_, ��uln r� IC �i^ lr �r� �,r rfi - I l l .. ll-=Gi71 FBI, ;!",I F `;I Ir• I' _ --:Il•I' i Ct Ll:cr 1r--• .�: Ij rU+�10_a �r✓d .I- r. �ii ,.ICJ" FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(5) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the Special Inspector) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ® Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Special Inspector) Reference Project Name/Address: Sunset Harbour Yacht Club: 1928 Sunset Harbour Drive, Miami Beach, FL 33139 Name(s) and Role(s) of Special Inspector Working on this Reference Project: Jason Cummins, P.E., Special Inspector Reference Project Description: Replacement of E-Dock structures and utilities, along with miscellaneous repairs Scope of Services Provided: Engineering design, environmental permitting, construction administration, special inspections Compensation for Services: $ 75,000 Project Construction Cost: $ 1,100,000 Project Start Date: 4 / 2017 Project Completion Date: 10 / 2018 Construction Start Date: 5 / 2018 Construction Completion Date: 10/2018 Special Inspector's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jannek Cederberg, P.E. Special Inspector's Title/Position: Principal Company's Contact Facsimile Number: (305) 974-1969 Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberg@CumminsCederberg.0 M REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget :El Yes ❑ No Project Duration: If "No," was the Special Inspector at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: Above Expectations* ❑ Average ❑ Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Special Inspector provide Project Management Services? ® Yes ❑ No Did the Special Inspector provide Construction Management Services? ® Yes ❑ No Was the Special Inspector responsive to the Project Owner? ® Yes ❑ No Was the Special Inspector timely in its reviews and submittals? ® Yes ❑ No Reference Company Name:.5+asms Nac3o,r(t. A c $" - Ci-g Reference Contact Name: PA.14%▪ ct-lam-;a-to Reference Title/Position: Doc- M AST E > — Reference Contact Signature: Reference Telephone Number: Facsimile Number: E-mail: 3oS• 3g$ •6800 3or-3ti8-6'801 t) E'Ta®Sur+S>`TaA(tpiaA-R jar, ❑ N/A ❑ N/A ❑ N/A ❑ N/A RFP-ESI Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). The Sunset Harbour Yacht Club is a luxury marina located in Miami Beach, consisting of 125 slips accommodating vessels ranging from 45 feet to 150 feet in length. The prior marina was comprised of concrete slabs, timber elements, and piles and caps, all of which had deteriorated since original construction. Cummins Cederberg conducted above- and below -water structural inspections of the existing dock components. The Cummins Cederberg engineering team created a baseline database regarding location and magnitude of all defects, as well as facility components that warranted replacement. For example, during inspections the team observed that an existing wave attenuation installation was incorrectly designed — so badly so that it actually accelerated deterioration, because incoming waves were reflecting and causing increased saltwater spray upon dock elements. Cummins Cederberg staff is expertly trained not only to perform assigned contractual tasks, but to proactively identify causes of deterioration unknown to clients. Subsequent to site -wide inspections, Cummins Cederberg provided engineering design for the replacement of the entire "E" dock, along with repairs to the structural components of the seawall, maintaining marina access during the new -dock construction. Cummins Cederberg processed all permits required for the project through all regulatory agencies, including Miami -Dade County Division of Environmental Regulation (DERM), the Florida Department of Environmental Protection (FDEP), and the U.S. Army Corps of Engineers (USACE). Cummins Cederberg also assisted with the bid solicitation process, marine contractor selection, and construction administration. Cummins Cederberg served as Special Inspector for the project, overseeing the construction of all new elements, including hardware, piling, decking and other materials required for the project. RFP-ESI Revised 11/05/18 City of Miami, Department of Procurement Experience of the Special Inspector/Reference Form - RFP-ESI This project reference complies with the Experience Requrretnenp(s) under Section 3. W) of the RFP. ® Yes ❑ No 0 Not Applicable Reference Project Name/Address: Costa Brava Marina: 11 Island Avenue, Miami Beach, FL 33139 Name(s) and Role(s) of Special Inspector Working on this Reference Project_ Jason Cummins, P.E, Special Inspector Reference Project Description: New construction of two -pier, 32-sip marina Scope of Services Provided: Construction administration, special inspections for concrete reinforcement and pilings Compensation for Services: $ 40.000 Project Start Date: 3 / 2012 Project Completion Date: 8 / 2014 Project Construction Cost: $ 1,200,000 Construction Start Date: Construction Completion Date: 1 / 2014 8 /2014 Special Inspector's Company Name: Cummins Cederberg, Inc. Company's Contact Name: Jannek Cederberg, P.E Spedal Inspector's Title/Position: Principal Company's Contact Facsimile Number. (305) 974-1969 Company's Contact Phone Number: (305) 741-6155 Company's Contact E-mail: JCederberggi?CumminsCederberg. eye Project Completed on Time and within Budget : ❑ Yes 0 No Project Duration: If "No," was the Special Inspector at fauk or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: ❑ Above Expectations* ❑ Average ❑ Below Expectations 1.1 -ahree Ebertatwrn" means there were reevr emits land omissions than anticipated. Did the Spedal Inspector provide Project Management Services? Yes ❑ No ❑ N/A Did the Special Inspector provide Construction Management Services? Yes 0 No N/A Was the Special Inspector responsive to the Project Owner? Yes [] No ❑ N/A Was the Special Inspector timely in its reviews and submittals? cites 0 No f A Reference Company Name: COSTA il.3+V Cersit,0 Reference Contact Na Reference Title/Position: NWT Reference Contact Signature: �1�eNts0 . Reference Telephone Number: Facsimile Number: E-mail: r 30 ger?-3283 li-141" t -(3v.l. rvsµ. N RFP-ESI Revised 11/05118 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Cummins Cederberg was engaged by the Costa Brava Condominium Association to obtain all necessary environmental permits for the construction of a 32-slip marina located at Belle Isle, Miami Beach. The project actually commenced more than five years earlier and passed through several marine consultants without any significant project progress, including multiple permit denials. Various agencies collectively presented the Association with a three-month deadline before closing all open applications, which would have resulted in the loss of all fee already paid and any (modest) processing progress eliminated. Cummins Cederberg immediately analyzed the entire project history and met with all stakeholders. Numerous meetings were held with the various regulatory agencies in order to fully understand all concerns and to provide all required data prior to the three-month deadline. Despite some applications requiring a complete re -start, Cummins Cederberg was able to obtain complete approval of the project prior to the deadline. As a result of that accomplishment, Cummins Cederberg was subsequently engaged to manage the project's bid process and the selection of a qualified marine contractor to perform the desired work. Cummins Cederberg analyzed the competing bid packages, provided a summary and evaluative comparison, and coordinated interviews with competing contractors in order for the Association to make a fully informed decision and contractor engagement. Also, Cummins Cederberg provided construction administration services, including serving as special inspector, review of requested change orders, evaluation of contractor submittals, payment applications and materials specifications. During the construction phase, Cummins Cederberg collaborated with the contractor to maintain the project on schedule and within budget. For example, following initiation of construction access to the island was restricted due to an unforeseen vehicle weight limitation on nearby bridges due to project -unrelated damage. To resolve that project impediment, Cummins Cederberg coordinated with the City of Miami Beach and the project's concrete supplier, and successfully obtained special permits for those concrete trucks in order to maintain the project construction schedule as planned. RFP-ESI Revised 11/05/18 Jason R. Cummins, M. SC., P.E Principal Engineer EDUCATION • B. Sc. & M. Sc., Coastal and Oceanographic Engineering, University of Florida • FHWA A-NHI 130091 Underwater Bridge Inspection — National Highway Institute and Association of Diving Contractors REGISTRATION • Registered Engineer — Florida Reg. No. 71538 • Certified Diver PROFESSIONAL AFMLIATIONS • Urban Land Institute • American Society of Civil Engineers • American Institute of Architects • South Florida Association of Environmental Professionals • Serves on the non-profit Board for Bill Baggs Cape Florida State Park CUI.11\11NS CLDERBLRG Cuoslit R ,Marine Engineering RELEVANT EXPERTISE: • Planning and Fca.sihility of • Marine infrastructure Projects • Underwater Investigations (SLUBAI • Constructici Adininisllaliun and lnTection Coastal [)e.ign Criteria - fides. AVave. Currents and 11urr1Cal1c5 Structural Design of Steel and C oilcretc 'Marine Structures RELEVANT EXPERIENCE Costa Brava Marina, Miami Beach, FL. Environmental permitting for reconstruction of a 30-slip marina in Biscayne Bay through local, State, and Federal agencies. Engineering support through construction bid process, evaluation, contractor selection, construction administration. Sunset Harbour Yacht Club, Miami Beach, FL. Repaired concrete slabs, caps and piles for 125-slip yacht marina. Prepared detailed drawings with specific criteria to minimize impacts to adjacent structures, including removal and replacement of deteriorated deck slabs. Construction administration services were provided to review in accordance with construction documents and environmental permits. Bentley Bay Marina, Miami Beach, FL. Structural design of 16-slip reinforced concrete manna located in Miami Beach. The marine consisted of reinforced concrete beams, pile caps, and fiberglass grating. The structural design was optimized to reduce the number of materials required while maintaining an aesthetically pleasing marina. Seahaven Superyacht Marina (fka Dania Marina), Dania Beach, FL. Engineering design for 1,200 feet of new bulkhead and more than 100,000 cubic yards of dredging for marina basin, along with specifications and support piling for floating dock system. Marine structures designed for mooring loads from vessels during hurricane conditions. Construction support services were also provided. Bayshore Landing Marina, Coconut Grove, FL. Above and below water structural inspection of concrete and timber dock structures, as well as utilities of a 100+ slip marina. Compiled inventory of structure elements with condition rating and repair recommendation. Prepared engineering report and cost estimate for repairs. Paraiso Marina, Miami, Florida. Engineering design for new docking facility utilizing timber structural members. Marina located along the western shore of Biscayne Bay in Miami. Marina Papagayo, Costa Rica. Above and below inspection of floating dock marina following impacts from Hurricane Otto and Nate. Prepared repair recommendations, and assisted with due diligence for replacement floating wave attenuator, including potential wave impacts, pontoon connections, and anchoring methods. Cummins I Cederberg 7550 Red Road, Suite 217 • South Miami, Florida 33143 Phone: +1 305 741 6155 - Fax: +1 305 974 1969 info@CumminsCederberg.com • www.CumminsCederberg.com 14 KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Quality Assurance/Quality Control Manager 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size and complexity that best represent its ability to complete the "Project." The reference provided below should be for one (1) project, and mus: comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address:The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Yusleidy Vazquez, Chief Compliance Officer Reference Project Description: New marina construction Scope of Services Provided: Replace 117-slip marina and docks Compensation for Services: $ 6,600,000 Project Start Date: 8 / 2014 Project Completion Date: 10 / 2015 Project Construction Cost: $ 9,000,000 Construction Start Date: Construction Completion Date: 8 / 2014 10/ 2015 QA/QC Manager's Company Name: Kearns Construction Co. Company's Contact Name: Yusleidy Vazquez QA/QC Manager's Title/Position:Chief Compliance Officer Company's Contact Phone Number: (305) 461-0310 Company's Contact Facsimile Number: (305) 461-1892 Company's Contact E-mail: YVazquez@KearnsConstruction.coak REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : leYes 0 No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: a Above Expectations* ❑ Average El Below Expectations (') "Above Expectations" means the were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? 151Yes 0 No ❑ N/A Did the QA/QC Manager provide Construction Management Services? Yes ❑ No ❑ N/A Was the QA/QC Manager responsive to the Project Owner? cg Yes ❑ No ❑ N/A Was the QA/QC Manager timely in its reviews and submittals? [Yes ❑ No ❑ N/A Reference Company Name: PLA-2/c 'try Manias Reference Contact Name: Gfog6E LM' r r W Reference Title/Position: CO- PRE=I DENY Reference Contact Signature: _ Reference Telephone Number:(3'10920-IZOI Facsimile Number: E-mail:NIA GHeIMSttf4WePIa2AE9v;47.co,. RFP-EQC Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Quality Assurance Manager Yusleidy Vazquez, the company's chief compliance officer. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. The initial phase required removal of derelict vessels and marine debris, as well as concrete pile extraction and proper disposal. Underwater cutting was required to demolish and remove a 200-ton boat lift. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile driving and steel pipe pile driving. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, and concrete repairs were made to existing structural elements. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EQC Revised 11/05/18 City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the follev.,ing information for completed projects within the past eight (2) years, where the Proposer believes the project is of equal or greater scope, size a ci complexity that best represent its ability ility to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. n Yes n No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: North Dock, Key Biscayne Yacht Club: 180 Harbor Drive, Key Biscayne, FL 33149 Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Yusleidy Vazquez, Chief Compliance Offier Reference Project Description: New concrete dock replacement and utilities installation Scope of Services Provided: Dock demolition, concrete repairs, pile driving, new construction, fiberglass deck installation Compensation for Services: $ 2,050,000 Project Start Date: 9 / 2016 Project Completion Date: 5 / 2017 Project Construction Cost: $ 2,500,000 Construction Start Date: 9 / 2016 QA/QC Manager's Company Name: Kearns Construction Co. QA/QC Manager's Title/Position: Chief Compliance Officer Company's Contact Facsimile Number: (305) 461-1892 Construction Completion Date: 5 / 2017 Company's Contact Name: John W. Kearns III Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: JKearns@KearnsConstruction.com REFERENCE PROJECT INFORMATION (To .e "'omp e e..y the Project Owner) Project Completed on Time and within Budget : EAYes ❑ No Project Duration: If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: 14 Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? Did the QA/QC Manager provide Construction Management Services? Was the QA/QC Manager responsive to the Project Owner? Was the QA/QC Manager timely in its reviews and submittals? Reference Company Name: t E .t/Y). LJ&c'i,t 1iu6 Reference Contact Name: Reference Title/Position: I-y't. ryk... 01 ve y Reference Telephone Number: Facsimile Number: , .30 R'J `f Tool —f;U ❑ No Yes ❑ No ❑ N/A ij Yes ❑ No ❑ N/A X] Yes ❑ No ❑ N/A MI Yes ❑ No ❑ N/A r�-St1 Reference Contact Signature: E-mail: T(Lona 0 Ii5i1 C bfe.J RFP-EQC Revised 11/05/18 12 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Quality Assurance Manager Yusleidy Vazquez, the company's chief compliance officer. The project involved demolition of the existing North Dock at the club's property in the Village of Key Biscayne, and construction of its improved replacement. In addition to project management and pre -construction design coordination, the initial phase required removal of concrete docks, concrete and wood pile extraction, and marine debris removal, with proper disposal of all. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile with concrete cap seawall construction, poured in place concrete bents (pile caps) construction, setting and placing of concrete beam slabs, wooden finger pier construction, and furnishing and installing fiberglass deck grating. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EQC Revised 11/05/18 City of Miami, Department of Procurement Experience of the Quality Assurance/Quality Control (QA/QC) Manager/ Reference Form - RFP-EQC INSTRUCTIONS QA/QC Manager shall complete the fcllcwing information for completed projects within the past eight (8) years, where the Proposer believes the project is of egt,al or greater scope, size and complexity that best represent its ability to complete the "Project." The reference provided below should he for one (1) project. and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the QA/QC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. n Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the QA/QC Manager) Reference Project Name/Address: Prime Marina: 2550 South Bayshore Drive, Suite 208, Coconut Grove, FL 33133 Name(s) and Role(s) of QA/QC Manager Working on this Reference Project: Yusleidy Vazquez, Chief Compliance Officer Reference Project Description: Marina reconstruction Scope of Services Provided: Demolish/remove Hurricane Irma -damaged 111-slip marina and build all -new replacement Compensation for Services: $ 6,200,000 Project Construction Cost: $ 8,000,000 Project Start Date: 12/ 2017 Project Completion Date: 11 / 2018 Construction Start Date: 12/ 2017 QA/QC Manager's Company Name: Kearns Construction Co. QA/QC Manager's Title/Position: Chief Compliance Officer Company's Contact Facsimile Number: (305) 461-1892 Construction Completion Date: 11 / 2018 Company's Contact Name: Yusleidy Vazquez Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: YVazquez@KearnsConstruction.coat REFERENCE PROJECT INFORMATION ("o iy the Project Owner) Project Completed on Time and within Budget : ['Yes 0 No Project Duration: 1 yew If "No," was the QA/QC Manager at fault or did it contribute to the delay(s) or increased cost? 0 Yes Quality of Services Provided: DiAbove Expectations* 0 Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the QA/QC Manager provide Project Management Services? Did the QA/QC Manager provide Construction Management Services? Was the QA/QC Manager responsive to the Project Owner? Was the QA/QC Manager timely in its reviews and submittals? Reference Company Name: ri)rt VIA c QKor; h Gr 0./� Reference Title/Position: Gem4-6,1 - pock- `MGit‘r Reference Telephone Number:3os_ggc,-u02.Zacsimile Number: Reference Reference Er Yes [ryes ['Yes [Yes ❑ No ❑ No ❑ No ❑ No ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A Contact Name: •Eytc Contact Signature: 6PPA"--- E-mail: e.Y,r'.n�iw�cra.c�� RFP-EQC Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Quality Assurance Manager Yusleidy Vazquez, the company's chief compliance officer. Formerly known as Monty's Marina and located in the Coconut Grove community of the City of Miami — within easy walking distance from Dinner Key Marina — this project involved the demolition and disposal of docks and piers comprising a 111-slip marina destroyed by Hurricane Irma in September 2017, along with the removal of numerous large vessels and significant volumes of marine debris. Elements of the project included concrete pile and wooden pile driving and construction of reinforced concrete docks. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, concrete repairs were made to existing structural elements, and dock utility chases were installed. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EQC Revised 11/05/18 Yusleidy Vazquez 4480 Palm Avenue, Apt. 304 Miami, FL 32607 (786) 663-9719 yvazquez@ufl.edu OBJECTIVE To demonstrate efficient problem solving skills, strong communication skills, goal and project oriented mindset, and adaptability by gaining employment with a leading construction company. EDUCATION 2012 - 2017 University of Florida • Construction Management with Heavy Civil Emphasis • Minor: Business Administration • 3.09 / 4.00 GPA Gainesville, FL EXPERIENCE Summer 2015 & 2016 Kearns Construction Company Miami, FL • Clerical duties (filing, answering phone calls, etc.) • Project management duties: Help in the completion of RFI, maintain RFI Log, RCO, Change Orders, etc. • Insert information into QuickBooks and complete Certified Payrolls. • Create rough estimates for project bids. May 2014-April 2017 OF Baby Gator Child Development and Research Center Gainesville, FL • Aid in the developmental milestones of children ages 4 months — 4 years through learning activities. • Effectively resolve personality conflicts; maintain high levels of student discipline. • Act as teacher role whenever the teacher is not present. May 2017-Present Kearns Construction Company Miami, FL • Chief Compliance Officer: Monitor quality assurance and contract adherence for all jobs. • Project management duties: Help in the completion of Submittals, RFIs, RCO, Change Orders, etc. • Update Quickbooks entries monthly for each account. • Complete Certified Payrolls and maintain accountability of daily logs for designated government jobs, • Create rough estimates for projects and procurements. • Assist in the preparation of complete bid packages by obtaining all documentation necessary. • Submit invoices to customer/clients. • Prepare pre -construction diving inspection reports with assistance from divers. • Create preliminary schedules for certain jobs/projects during biding and preconstruction phases. SKILLS • Fluent in English and Spanish. • Computer: Microsoft Word, Publisher, Excel, PowerPoint, and Project. • Proficient in Revit, NavisWorks, AutoCAD, SketchUp, and OnScreen Takeoff. • Certified Quickbooks User, OSHA 30 Certificate, CPR Certified, FDOT Earthwork Certified, and FDOT Plan Reading Certified. 15 KEARNS CONSTRUCTION CO • CGC 060I94 Experience of the Utility Coordination Manager • 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS ' Utility Coordination (UC) Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, sire, and complexity that best represent its ' ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) Reference Project Name/Address:The Reserve at Marina Palms: 17111 Biscayne Boulevard, North Miami Beach, FL 33160 Name(s) and Role(s) of UC Manager Working on this Reference Project:James B. "Brock" Sullivan, Jr., Utility Coordinator Reference Project Description: New marina construction Scope of Services Provided: Replace 117-slip marina and docks Compensation for Services: $ 6,600,000 Project Construction Cost: $ 9,000,000 Project Start Date: 8 /2014 Project Completion Date: 10 / 2015 Construction Start Date: 8 / 2014 Construction Completion Date: 10/2015 UC Manager's Company Name: Kearns Construction Company Company's Contact Name: Brock Sullivan UC Manager's Title/Position: Chief Operating Officer Company's Contact Facsimile Number: (305) 4461-1892 Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: BSullivan@KearnsConstruction.cosk REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : IYes ❑ No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? [S Yes ❑ No ❑ N/A Did the UC Manager provide Construction Management Services? Yes ❑ No D N/A Was the UC Manager responsive to the Project Owner? cg. Yes ❑ No ❑ N/A Was the UC Manager timely in its reviews and submittals? E'Yes D No ❑ N/A Reference Company Name: riit A eQoITY PPKVIiERS Reference Contact Name: ROW. H L-ANSR.Trek Reference Title/Position: CO-rg . SIDES" Reference Contact Signalurr -" Reference Telephone Number:04})9201101 Facsimile Number: N frb E-mail:&fleIMstefre f l&2o.eiri4y cAN• RFP-EUC Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM-MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Utility Coordination Manager James B. "Brock" Sullivan, Jr., the company's chief operating officer. This project involved new construction of a 116-slip marina at a luxury condominium in the City of North Miami Beach, including the complexity of both fixed docks and floating docks. The initial phase required removal of derelict vessels and marine debris, as well as concrete pile extraction and proper disposal. Underwater cutting was required to demolish and remove a 200-ton boat lift. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile driving and steel pipe pile driving. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, and concrete repairs were made to existing structural elements. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EUC Revised 11/05/18 City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Utility Coordination (UC) Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that best represent its ability to complete the 'Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3.5(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. © Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) Reference Project Name/Address: North Dock, Key Biscayne Yacht Club: 180 Harbor Drive, Key Biscayne, FL 33149 Name(s) and Role(s) of UC Manager Working on this Reference Project: James B. "Brock" Sullivan, Jr., Utility Coordinator Reference Project Description: New concrete dock replacement and utilities installation Scope of Services Provided: Dock demolition, concrete repairs, pile driving, new construction, fiberglass deck installation Compensation for Services: $ 2,050,000 Project Construction Cost: $ 2,500,000 Project Start Date: 9 /2016 Project Completion Date: 5 / 2017 Construction Start Date: 9 / 2016 Construction Completion Date: 5 / 2017 UC Manager's Company Name: Kearns Construction Company Company's Contact Name: John W. Kearns III UC Manager's Title/Position: Chief Operating Officer Company's Contact Phone Number: (305) 461-0310 Company's Contact Facsimile Number: (305) 461-1892 Company's Contact E-mail: JKearns@KeamsConstruction.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : Ej Yes 0 No Project Duration: If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? 0 Yes Quality of Services Provided: C2I Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? RIYes ❑ No Did the UC Manager provide Construction Management Services? INYes 0 No Was the UC Manager responsive to the Project Owner? El Yes ❑ No Was the UC Manager timely in its reviews and L ffsubmittals?CSC � Yes 0 No Reference Company Name: Pjl`7CGu�r� - - (. Liz Reference Contact Name: C17 fi eC Reference Contact Signature: E-mail: mvoiil1 Reference Title/Position: Mi i r ._ Reference Telephone Number: Facsimile Number: :36113b1 qi]1 a hh h-10J -D4 ❑ No ❑ N/A ❑ N/A ❑ N/A ❑ N/A h ,54ado c .Ord, RFP-EUC Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Utility Coordination Manager James B. "Brock" Sullivan, Jr., the company's chief operating officer. The project involved demolition of the existing North Dock at the club's property in the Village of Key Biscayne, and construction of its improved replacement. In addition to project management and pre -construction design coordination, the initial phase required removal of concrete docks, concrete and wood pile extraction, and marine debris removal, with proper disposal of all. Other elements of the project included concrete pile and wooden pile driving, steel sheet pile with concrete cap seawall construction, poured in place concrete bents (pile caps) construction, setting and placing of concrete beam slabs, wooden finger pier construction, and furnishing and installing fiberglass deck grating. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EUC Revised 11/05/18 City of Miami, Department of Procurement Experience of the Utility Coordination (UC) Manager/Reference Form - RFP-EUC INSTRUCTIONS Utility Coordination (UC) Managers shall complete the following information for completed projects within the past eight (8) years, where the Proposer believes the project is of equal or greater scope, size, and complexity that hest represent its ability to complete the "Project." The reference provided below should be for one (1) project, and must comply with the requirements listed in Section 3S(C) of the RFP. Please provide at least three (3) projects. FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Completed by the UC Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ❑ Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the UC Manager) MIN Reference Project Name/Address: Prime Marina: 2550 South Bayshore Drive, Suite 208, Coconut Grove, FL 33133 Name(s) and Role(s) of UC Manager Working on this Reference Project: James B. "Brock" Sullivan, Jr., Utility Coordinator Reference Project Description: Marina reconstruction Scope of Services Provided: Demolish/remove Hurricane Irma -damaged 111-slip marina and build all -new replacement Compensation for Services: $ 6,200,000 Project Construction Cost: $ 8,000,000 Project Start Date: 12/2017 Project Completion Date: 11 / 2018 Construction Start Date: 12/ 2017 Construction Completion Date: 11 /2018 UC Manager's Company Name: Kearns Construction Company Company's Contact Name: Brock Sullivan UC Manager's Title/Position: Chief Operating Officer Company's Contact Facsimile Number: (305) 4461-1892 Company's Contact Phone Number: (305) 461-0310 Company's Contact E-mail: BSullivan@KearnsConstruction.cofi REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget : ErYes ❑ No Project Duration: I y-o-r If "No," was the UC Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: [Above Expectations* ❑ Average ['Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the UC Manager provide Project Management Services? ['Yes ❑ No E N/A Did the UC Manager provide Construction Management Services? E Yes ❑ No ❑ N/A Was the UC Manager responsive to the Project Owner? [Yes ❑ No ❑ N/A Was the UC Manager timely in its reviews and submittals? [Yes 0 No ❑ N/A Reference Company Name: ?rt'^"-- (vie-v: ^` Cru Je Reference Contact Name: SO( , yis)e_ Q„),,.,_+cro Reference Title/Position: Gov i- .1 tA,-,. re- Job `t-ks Reference Contact Signature: Reference Telephone Number: 3��-cLScacc�Z2Facsimile Number: E-mail: a$io ,..-Pere@ fr., .yt,l & ,cam RFP-EUC Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project was 100% performed by Kearns Construction Company, and its employees who successfully completed this project remain with the company, including Utility Coordination Manager James B. "Brock" Sullivan, Jr., the company's chief operating officer. Formerly known as Monty's Marina and located in the Coconut Grove community of the City of Miami — within easy walking distance from Dinner Key Marina — this project involved the demolition and disposal of docks and piers comprising a 111-slip marina destroyed by Hurricane Irma in September 2017, along with the removal of numerous large vessels and significant volumes of marine debris. Elements of the project included concrete pile and wooden pile driving and construction of reinforced concrete docks. Installation of precast concrete beams and construction of wooden finger piers also were performed. Pile caps were poured in place over water, concrete repairs were made to existing structural elements, and dock utility chases were installed. Commercial -diving inspections were performed throughout the contract period. The project concluded with installation of all dock accessories, including cleats and rope hooks and ladders. Project administration included coordination of all mechanical, electrical, potable water and sanitary sewer plumbing, pump -out and fueling utility installations, as well as rigorous health/safety and quality assurance oversight. RFP-EUC Revised 11/05/18 James "Brock" Sullivan, Jr. Chief Operating Officer and Co -Owner of Kearns Construction Company Born: August 11, 1968 Education: Miami Dade College Certifications: Certified Crane Operator, Certified Rigger 2550 South Bayshore Drive, Suite 206B, Miami, Florida 33133 Office: (305) 461-0310; Ce11: (305) 986-2924; Fax: (305) 461-1892 Website: KearnsConstruction.com Brock Sullivan has been with Kearns Construction Company since 1997. His recent relevant experience includes: A. Marina Palms Marina — New sheet pile seawall and 116 slip marina with fixed and floating docks B. National Parks Service / Elliot Key — Remove and replace 40-slip marina, fixed and concrete floating docks C. National Parks Service / Elliot Key — New 200' concrete service bridge D. Key Biscayne Yacht Club — Sheet pile seawall and north dock replacement (35 slips, floating docks, dredge and breakwater) E. Remove and replaced steel sheet pile seawalls for the City of Miami Beach (Lincoln Road and Sunset Islands) F. Molasses Reef Marina, Key Largo — Remove and replace existing 70-slip marina G. Artificial Reef for PortMiami Deep Dredge (1,873 reef balls) H. Artificial Reef for Flagstone's Deep Water Megayacht Marina (2,400 reef balls) and deployed 10,000 CY of beach sand for seagrass mitigation. J. Coral Reef Yacht Club — Dredge and dock construction K. Coral Reef Yacht Club — Finger piers L. Rickenbacker Marina — 800 LF sheet pile wall with concrete cap; bridge for boat launch; new dock for 200-slip marina M. City of Miami Mooring Pile Replacement (2005 through 2016 = 1,500 mooring piles) N. Miami -Dade County Mooring Pile Replacement (2005 through 2016 = 500 mooring piles) O. River Cove Marina — Supervised construction of a 900 LF cantilever sheet pile seawall and 75-slip marina. 16 i KEARNS CONSTRUCTION CO • CGC 060194 Experience of the Health & Safety Manager 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS 3'f.< :I fcU� ! r,- i�.r,;�r...�l r `�..:i c ri T, Apr �'C<<'=+iti�i� 1 ,5:t ' 4.-011 I, r_ir' I .. %i«i ;c �; i��r� ��c ;I'ir,•�.I:` ".� f�. r, rid (�; ,.iu���: ��,. m� ii � i- I: I: of FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NONRESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Cum ktee by the Health & Safety Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. X❑ Yes ❑ No ❑ Not Applicable REFERENCE PROJECT I:, _ OR, ` ',VON (To be Completed by t(a, Reference Project Name/Address: U.S. Navy Wharf Charlie, Naval Station Mayport, Jacksonville, FL 32228 Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Richard Goodman, Safety Officer Reference Project Description: Demolish and construct wharf, utilities, fire suppression, fueling vaults, cast in place Scope of Services Provided: On -site management of EM385 1-1. 29CFR(1926) safely standards and specifications Compensation for Services: $79,000 Project Construction Cost: $ 26,000,000 H&S Manager's Company Name:Cocks-NA Ca. H&S Manager's Title/Position: Safety and Health Manager Company's Contact Facsimile Number:N/A Project Start Date:3 /2012 Project Completion Date:8 /2014 Construction Start Date: Construction Completion Date: (a/d©r 3 Company's Contact Name: Richard Goodman, STS-C, CSSP Company's Contact Phone Number: (904) 635-1368 Company's Contact E-mail: GunnyGoodman©gmail.com REFERENCE PROJECT INFORMATION (To be Completed by the Project Owner) Project Completed on Time and within Budget: Project Duration: I d S (/ e 4. S If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Quality of Services Provided: [Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? ❑ Yes IN No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? ❑ Yes ® No 0 N/A Was the Health & Safety Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the Health & Safety Manager timely in its reviews and submittals? El Yes ❑ No ❑ N/A Yes ❑ No Reference Company Name:Orion Marine Construction, Inc. Reference Contact Name: Robert Capelli, CSP Reference Contact Signature: Reference Title/Position: Division Safety Manager No Reference Telephone Number: (813) 839-8441 Facsimile Number:(813)831-7498 E-mail:RCapelli@OrionMarineGroup.com RFP-EHSM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). Charlie Wharf was the second of three wharf projects supervised as the Site Safety and Health Officer (SSHO) or as an assistant SSHO. The work performed was pursuant to EM385 1-1 and Navy P-307 Crane Regulations as well as OSHA 29CFR (1926). An Activity Hazard Analysis (AHA) was required for all Definable Features of Work (DFOW), and Critical Lift Plans were a responsibility of the safety office. Additionally, the safety office was responsible for maintaining training for the various crafts, either through awareness training or certification classes. Inspections were conducted daily, and a weekly fire system inspection was performed. As SSHO, I was assigned primary responsibility for first -aid injuries and was the manager of record for all injuries. As a certified First Aid/CPR trainer, classes were conducted regularly to keep all jobsite employees current on required emergency services training. The project was a cast -in -place concrete structure designed to seismic standards. The facility is a primary fueling and resupply wharf for Reagan Class carriers and required fuel vaults, primary ship -to -shore power tunnel trays, and lighting channels. As SSHO, I was the designated Competent Person for Confined Space Entry. My responsibilities included maintaining all training records, the OSHA 300 log, daily crane inspection reports and annual crane certifications. Additionally, as SSHO I was the primary contact for the hazardous materials inventory and provided ongoing awareness training for appropriate personnel. RFP-EHSM Revised 11/05/18 City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS i ..I l`,IL �,H 01 Pti -�,_i -%c .::if .I-: -•:I: . I;- f� )f r I::; .+i ilh'; r-uirrdere.L�in-"Iri�_�'iri,�•_I_.io �:rl1; f•i;.i I::"l��icrc2 :;i•i_in�..'_�i:�'i IIfAtoc: Ir'. S_ J"i ,_� r,,f'I e WViC � 1:3j FAILURE TO COMPLETE AND SUBMIT THIS FORM MAY RESULT IN THE RESPONSE BEING REJECTED AS NON -RESPONSIVE. REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS TO be Completed I, the Health & Safety Mana: er) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. ❑X Yes ❑ No ['Not Applicable REFERENCE PROJECT INFORMATION (To be Completed by the Health & Safety lvlanager) Reference Project Name/Address: Naval Fuel Pler Reconstruction, Naval Station Guantanamo Bay, Cuba Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Richard Goodman, Safety Officer Reference Project Description: Demolish and construct concrete pier, utilities, fire suppression, fueling vaults, cast in place Scope of Services Provided: On -site management of EM385 1-1. 29CFR(1926) safety standards and specifications Compensation for Services: $124,000 Project Construction Cost: $ /„�� DOO, 00(7 Project Start Date:9 /2014 Construction Start Date: H&S Manager's Company Name; Coo 14I Dkikfill Co H&S Manager's Title/Position: Safety and Health Manager Company's Contact Facsimile Number:N/A Project Completion Date:12 /2015 Construction Completion Date: Company's Contact Name:Richard Goodman, STS-C, CSSP Company's Contact Phone Number: (904) 635-1368 Company's Contact E-mail; GunnyGoodman©gmail.com REFERENCE PROJECT INFORMATION (To he Completed by the Project Owner) Project Completed on Time and within Budget gYes ❑ No Project Duration: a 4p e 04-5 If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ®,No Quality of Services Provided: KAbove Expectations* ❑ Average ❑ Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated, Did the Health & Safety Manager provide Project Management Services? ❑ Yes ® No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? D Yes rEi No ❑ N/A Was the Health & Safety Manager responsive to the Project Owner? ® Yes ❑ No ❑ N/A Was the Health & Safety Manager timely In Its reviews and submittals? ® Yes ❑ No ❑ N/A Reference Company Name:Orion Marine Construction, Inc. Reference Contact Name: Robert Cape! i, CSP Reference Title/Position: Division Safety Manager Reference Contact Signature: R t Reference Telephone Number: (813) 839-8441 Facsimile Number(813)831-7498 E-mail:RCapellikOrionMarineGroup,com RFP-EHSM Revised 11/05/1B SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project involved a 14-month assignment providing safety management for all marine construction operations and as alternate Site Safety and Health Officer for the fuel depot and truck facility construction. The Accident Prevention Plan (APP) was written to EM 385-1-1 protocols and subject to the Navy P-307 Lifting Manual for all crane operations. That standard required written Life Plans for all crane operations; together with the project engineer, I wrote and/or certified 61 lift plans in 13 months. My responsibilities also included performance of an Activity Hazard Analysis (AHA) for all Definable Features of Work (DFOW) and unique sub operations. This was a cast -in -place seismic construction pier that required wire cutting and blasting to demolish and remove the existing pier. A Navy dive plan was formulated. All systems stop when dive activities are present, and that was my responsibility as SSHO to coordinate with ship traffic and base operational partners. Reconstruction parameters were to seismic standards, due to the earthquake zone and being in a tsunami zone. I conducted monthly First Aid/CPR classes to maintain all workers' requirement to be current in BLS training. Specialized courses were conducted for Divers First Aid/CPR training. Additionally, I was the environmental officer for this project due to my 40-hour HAZWOPER certification. The HazMat footprint was substantial, as we shipped all supplies for an 18-month project on the initial supply barges, including dry -mix compounds for the marine concrete construction; that required a managed accumulation site, and I was its HazMat manager. The project required weekly safety briefings to the project team and daily on -site inspection of all in -use lifting equipment. The Fire Prevention Plan required monthly site -wide checks and revisions as the site developed. RFP-EHSM Revised 11/05/18 City of Miami, Department of Procurement Experience of the Health & Safety (H&S) Manager/Reference Form - RFP-EHSM INSTRUCTIONS .'i c'�I,h :fr• :I _-r ., _ ii fcr i,l __ �• ;r� ..�°I�i., J._ �. i��l�. crfrn)plc r'c,,,Lrtr,,liE_lo,.>HHt;lclLc' l:.frJe.(:-7CGif`. 'fi1,r,r•.J'; C-i- if ;h FAILURE TO COMPLETE AND SIJENLIT THIS FORM MAY RESIJI.T IN THE RESPONSE BEING REJECTED AS NOS! -RESPONSIVE, REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (To be Compititt d by the Health & Safety Manager) This project reference complies with the Experience Requirement(s) under Section 3.5(C) of the RFP. El Yes ❑ No ❑ Not Applicable REFERENCE PROJECT. INFORMATION tTo be Completedb the Health &Safety Mana:er Reference Project Name/Address: NTU Naval Weapons Station, Pier XRAY Reconstruction, Charleston, SC 29404 Name(s) and Role(s) of Health & Safety Manager Working on this Reference Project: Richard Goodman, Marine Safety Officer Reference Project Description: Demolish and construct nuclear wharf, utilities, fire suppression, fueling vaults, cast in place Scope of Services Provided: On -site management of EM385 1-1. 29CFR(1926) safety standards and specifications Compensation for Services: $84,000 Project Construction Cost: $ /a r w SY; coo H&S Manager's Company Name: Co& f&( bi ct ti 5 Co. H&S Manager's Title/Position: Safety and Health Manager Company's Contact Facsimile Number:N/A Project Start Date: 3 //c201 & project Completion Date:' q _d of 7 Construction Start Date: Concrrl completion Date: 7'42 °/S —2-oi 'Company's Contact Name: Richard Goodman, STS-C, CSSP Company's Contact Phone Number: (904) 635-1368 Company's Contact E-mail: GunnyGoodmen@gmail.com REFERENCE PROJECT INFORMATION (To bL. Cam•letedby the Project Owner) Project Completed on Time and within Budget: NrYes ❑ No Protect Duration: 3 V e-+1-12,5 If "No," was the Health & Safety Manager at fault or did it contribute to the delay(s) or increased cost? ❑ Yes Z No Quality of Services Provided: ,Above Expectations* 0 Average ❑ Below Expectations (•) "Above Expectations" means there were fewer errors and omissions than anticipated. Did the Health & Safety Manager provide Project Management Services? ❑ Yes gI No ❑ N/A Did the Health & Safety Manager provide Construction Management Services? ❑ Yes 21.No ❑ N/A Was the Health & Safety Manager responsive to the Project Owner? ►:1 Yes ❑ No ❑ N/A Was the Health & Safety Manager timely In its reviews and submittals? ® Yes ❑ No ❑ N/A Reference Company Name:Orion Marine Construction, Inc. Reference Contact Name: Robert Capelli, CSP Reference Title/Position: Division Safety Manager Reference Contact Signature: i/1] a4L C Reference Telephone Number: (813) 839-8441 Facsimile Number:(813)831-7498 E-mail:RCapelii a OrionMarineGroup.enm RFP-EHSM Revised 11/05/18 SPACE BELOW IS TO BE UTILIZED TO EXPAND ON THE SCOPE OF SERVICES PROVIDED FOR THIS PROJECT REFERENCE. PLEASE DESCRIBE YOUR FIRM'S INVOLVEMENT IN THE REFERENCE PROJECT. PROVIDE DETAILS TO SUPPORT WHETHER EACH TEAM MEMBER'S PARTICULAR EXPERTISE RELEVANT TO THE PROJECT WAS GAINED UNDER CURRENT EMPLOYMENT, OR AS A MEMBER OF ANOTHER FIRM (ADDITIONAL SHEETS OF PAPER MAY BE USED TO INCLUDE INFORMATION). This project required removing the existing concrete docks destroyed by Hurricane Sandy and rebuilding them to current nuclear standards. This is a mooring pier for a nuclear submarine with an active reactor. Additionally, construction was adjacent to two nuclear submarines, requiring that all construction operations involving cranes became a Critical Lift Plan environment. Required Health and Safety Officer responsibilities included security checks of all jobsite employees before NSA background checks, signed rigging inspection of all slings, chains and hardware used each day, inspection of all crane duty cycle ropes and pulleys as well a daily crane inspections. Additionally, weekly safety briefings were performed for all craft teams, in addition to conducting two, 10-hour OSHA sessions for all workers and a 30-hour OSHA classes for management and engineering employee. All employees working on this project were required to be current on First Aid/CPR training and have a current and valid card. I provided this training as an ASHI FIRSTAID/CPR/OXYGEN/AED INSTRUCTOR (2007). This project also required an Emergency Response Plan (ERP) for evacuation. That plan required removal of barges and vessels and specific personnel, and was updated weekly at project team meetings. RFP-EHSM Revised 11/05/18 1831 Seminole Rd Atlantic Beach Florida 32233 904-635-1376 Richard Goodman Safety Professional Summary of Oualifications More than 35 years of experience in construction and manufacturing management; positions required extensive, hands-on experience in safety and environmental compliance. B.S. Degree, Florida State University. Registered Building Contractors Course, Block School, Gainesville, FL., U.S. Navy Ground Safety School, Professional Member American Society Safety Engineers, Associate Member. Certificate of Completion Florida MOT- Advanced, OSHA500 Construction Trainers Certificate, FDEP Qualified Storm Water Management Inspector, ASHI BLS/First Aid Instructor, Instructor 40-Hour Hazardous Materials Management and Response - Current, Permitted Confined Space Entry Competent Person, Fall Protection Competent Person. NCCER Master Trainer-CSSM. Board Certified Safety Professional. Academic Credentials and Training B. A., Florida State University - 1972 Board of Certified Safety Professionals - Safety Trained Supervisor (STS-C) NCCER- Construction Site Safety Master Instructor (CSSM) OSHA construction outreach instructor for 30-hour and 10-hour programs ASHI- First Aid/CPR/Oxygen Instructor ATSSA-American Traffic Safety Services Association -Florida Advanced Planner Confined Space Competent Person Fall Protection Competent Person Rigging and Signal Competent Person Em nlovment History SSHO-USACE Coastal Dredging Company 2017-Present Safety Supervisor, Orion Marine Construction, Inc. 2009 - 2017 Safety Manager, Orion Dredging Services 2009-2014 Site Safety Supervisor, Misener Marine Construction, Inc., 2007 — 2009. NCOIC Detachment D, Environmental Compliance Div., MARFORRES, 2001-2005 Compliance Officer, City of Jacksonville FL, Environmental Protection Div. 2003 — 2007 SE Regional Manager, Breathing Air Systems NBC Specialist, Ground Safety and Environmental Manager, USMC 1994-2005 Substance Abuse Coordinator MALS 42, NAS Atlanta, GA Project Manager, Genco Safety Manufacturing Territory Sales Manager, Homelite Division of Textron, Construction Equipment Division Owner -Manager, FL Registered Building Contractor, Restoration Specialist, Inc., 1976-1987 TWIC CARD -current US PASSPORT -current MEMO CPR, AED, and Basic•First Aid RICHARD GOODMAN _. -4. hs7 MAEPoC4M IISAFETY. �� JOSEPH STAJOWSKI 58345 4-17-2017 813.839.8441 4-16-2019 [TAMPA 01 BasicPlus Richard Goodman MEDIC= ■First Aid TIMOTHY PARR, CH5T 1010432 10-23-18 10-23-20 469-964-5086 174573 1l 38-0105584 swim Construction Safety and Health ihla cord ack-nnwlcdgra thw the recipient 1,>. • oo.csstLity completed Mr required WaMing In Tx designate.designatc.i as an OSHA Authertrrd [:unsinrction Tntinsr Richard Oaadrrtaa ornpArpon antra course amhanees the framer to conduct la and 30-hour- c requirements Construction courses m accwiI.rre wnh r irweacp Training t'rograrn 04t2et2 e�.;� D 0 orator. or�wrwr nr rrar0 � t-���nn <1*..„› Department : U.S. Department of Labor FSCJ (3l'i Education Center This card acknowledges '' has successfully completed the required training to be designated as an Bann nurnonzed lonslrucllon trau te, RICHARD D. GOODMAN Completion of this course authorizes the trainer to conduct 10- and 30-hour Con,rr:.• ......,,rytlt arivrdancr with Outreach Training • . .. , +ar )'r 04/23/2019 Director.OSH,V[raming In,iitote Expiration Date AAfEI IIAIA SAVE LIIEA L AMERICAN TRAFFIC SAFETY SERVICES ASSOCIATION This is to affirm foci Ill #37 Richard Goodman has satisfaclorilr completed the Florida Advanced Refresher Work Zone Traffic Control Course Date Complete: 06/2112012 Status: PASS Location: Clearwater Instructor: Mr. Joseph Soldat Date Refresher Course Required: 06/21/21116 MARCH 2007 AMERICAN SOCIETY OF SAFETY ENGINEERS Organized 1911 - Incorporated 1915 RICHARD D GOODMAN HAS BEEN APPROVED AS PROFESSIONAL MEMBER OF THIS SOCIETY ORGANIZED TO PROMOTE THE ADVANCEMENT OF THE SAFETY PROFESSION, AND FOSTER THE PROFESSIONAL WELL-BEING AND DEVELOPMENT OF ITS MEMBERS. Witnass the signatures of its authorized officers: Secretary ie �a et rtz !Profes.f.�lQsz c114 o ( )3 O Upon the recommendation of the Board of Certified Safety Professionals, by virtue of the authority vested in it, has conferred on Richard D Goodman the credential of Safety Trained Supervisor and has granted the title as evidence of meeting the qualifications and passing the required examination so long as this credential is not suspended or revoked and is renewed annually and meets all recertification requirements. BT9® CONSTRUCTION December 22, 2011 DATE ISSUED IEX08364 CERTIFICATION NUMBER 1.Er. 7. SIGNATURE 17 KEARNS CONSTRUCTION CO • CGC 060194 List of Similar Projects As the chart on the next -following page indicates, key members of the Kearns Construction Company design -build team have a long and varied history of collaboration on significant marine construction projects. From Kearns Construction Company, all shown projects involved hands-on participation by Charles S. Kearns (President and CEO), James B. "Brock" Sullivan, Jr. (Chief Operating Officer), John W. Kearns III (Chief Financial Officer) and Yusleidy Vazquez (Chief Compliance Officer). From Cummins Cederberg, employees participating in the shown projects were Jason M. Cummins, M. Sc., P.E. (Principal), Jannek Cederberg (Principal) and Jason S. Taylor, P.E. (in part, formerly with Coastal Systems International in Coral Gables, FL). From REDI Engineering, the participating employee for the shown projects was Martin H. Reeb, P.E. (President). And from Basulto & Associates, the participating employee for the shown projects was Rene I. Basulto, P.E. (President). 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami - RFP No. 18-19-005 Design -Build Services for Dinner Key Marina List of Simlar Projects December 06, 2018 Project: Kearns Construction Co. Cummins Cederberg REDI Engineering Basulto & Associates Marina Palms Marina -114 Slips X X X Island Gardens Mega -Yacht Marina X X X X Fisher Island Mega -Yacht Marina X X Ocean Reef Phase 1-100 Slips X X Ocean Reef Phase 2 -120 Slips X X Stock Island Marina Village -120 Slips X X Spoil Island E - Floating Dock X X Biscayne Bay Pilot Station - New Docks X X Fisher Island - Palazzo Della Luna Marina X X Miami Marina, Pier 5 - Island Queen Dock X X X Coral Reef Yacht Club - Hurricane Irma Repairs X X 18 KEARNS CONSTRUCTION CO • CGC 060I94 Proposer's Governmental Projects Please refer to the lists of marine construction projects successfully performed by Kearns Construction Company for the City of Miami, Miami -Dade County, the State of Florida, Federal agencies and various Florida municipalities, located following the Qualifications of Proposer Form RFP-QP at Tab 3. 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33I33 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com 19 KEARNS • CONSTRUCTION CO • CGC 060194 Proposer's Organizational Chart 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com Kearns Construction Company - Table of Organization City of Miami - RFP No. 18-19-005 Design -Build Services for Dinner Key Marina John W. Kearns III Kearns Construction Company Project Manager and Kearns CFO Yusleidy Vazquez Kearns Construction Company Quality Assurance Manager Charles S. Kearns Kearns Construction Company Construction Manager & CEO Cummins Cederberg Lead Engineer Brock Sullivan Kearns Construction Company Utility Coordination Manager Richard Goodman Health & Safety Manager Jason Taylor, P.E. Cummins Cederberg Structural Engineer Jason Cummins, P.E. Cummins Cederberg Special Inspector Martin Reeb, P.E. REDI Engineering Fire Protection Engineer Rene Basulto, P.E. Basulto & Associates Electrical Engineer Rene Basulto, P.E. Basulto & Associates Plumbing Engineer 20 KEARNS A CONSTRUCTION CO • CGC 060194 Form C-1 List of Subconsultants/Subcontractors 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com City of Miami, Department of Procurement List of Sub-Consultants/Sub-Contractors/Suppliers - RFP-C-1 Instructions This form is to be completed and submitted listing all Sub -Consultants, Sub -Contractors, and suppliers to be used under this Agreement. This form is to be updated after Sub -Consultants, Sub -Contractors, and suppliers may be added or substituted. Please identify the type of license(s) each Firm holds, and identify any Miami -Dade County Small Business Enterprise (SBE)/Disadvantaged Business Enterprise (DBE) or Florida Department of Transportation (FDOT) certifications. No other certifications are required to be identified. Failure to provide the information or details required by the form may result in the rejection of a Response a non -responsive. RFP No.: 18-19-005 RFP Title: Desiqn-Build Services for the Dinner Kev Marina Repairs and Restoration Proiect Name of Proposer: KEAI>-r» CoNST11-001DM Co1)leANY Name of Firm T Address Scope of Work ��n ����� Professional License(s) Number SBE/DBE/FDOT Certification Number o /o of Work COMPS CeDFRSFRb) INC. �-SSO SN' SoJTH Mll l , F� 331 3 —•-.,., .._., STRucTtltclEL +cN( I' . SP•c,i4L /,,srgcfolt GR Z°IO6L 1kti4al1-` t S RFDI ENNr►EERfNf� ZOS 50,1N01-E CooRT MkRCO ISLAND, FL 3yl`IS rite Paofe-rloN ENfstNEER GA- 5iCO 1 BASvi_ro s.AsSocfmts Imc Iylbo PAL.r►ETro Fe0NTkf ((ok91 Xzz NIIAMI LAKES, FL 33016 reuMDINrrF *It' ER ELECTlKAt,ENHNrER cA b�ZL S<ATrofR.fleIDA, NyRW4M)c,Aces. 1 coAsrAt- 1)&0)&19.1Cr CO. (31 SF�1tNot.E RaI�D ATL#ITIC 6EACId, FL 3433 NE,�tTN� s F�i�r /AANR6€I� c4 tay!_Z 1 FIRr PAK 1 1N c- 5513 NW i-2"° srEEEr MIkMI, F( 33166 F12E rRoTEcTIonl coNTAM-To it ck Z`f 3S 5- Li vl N G- wiTER nt-(4t8.114(1' 5ERV(CE Co(ti 11380 asf Zoe AvENvEI sua `fZ Ifi ALE AH, FL 33016 ft-oMBIN6- coNTACfit)R CFctiZ} WS3 SAC• R•C.L. E(EcriZIG loc. / 12-38S Sw IZq"'CoultTI ON If s AnIAMI,FL ELEcrRlcAt_ cor�fKli-CroR EC 000l2 y�s`i 10 Dfvt`QSI SIRE SYSTFI , (t VEE M1 AMt, & NU FIRE ALARIA, Er 00oozzo RFP-C-1 Revised 10/25/18 21 KEARNS • CONSTRUCTION CO • CGC 060194 Insurance Capability Letter 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com Trinity Inv. Inc. d/b/a Trinity Insurance 4000 Hollywood Blvd., Suite #555-S, Hollywood, FL 33021 Miami Office Lines: 305-Trinity (874-6489) & (954) 613-3601, Fax Numbers: (954) 206-5978 or (954) 212-2255 Tuesday, November 27, 2018 Mr. Frank Gomez, PIAM, CPII Property & Casualty Risk Manager City of Miami 444 SW 2nd Avenue, 8th Floor Miami, Florida 33130 RE: Insurance Capability Letter for Kearns Construction Company, Florida DBPR License #CGC060194 Dinner Key Marina, Request for Proposal - No. 18-19-005 Dear Mr. Gomez: have had the pleasure of insuring Kearns Construction since March of 2008 which has enabled me to witness their honesty, fairness, professionalism and excellent work that has given fruition to their dynamic growth. They have been insured through Continental Insurance Company (CNA) for the last ten plus years with good loss experience resulting from their Safety Programs good hiring practices and their personal care for the wellfare of their employees. We are pleased to enclosed Sample Insurance Certificates for their insurance program currently inforce that includes: Marine General Liability Contractors Equipment Hull, Protection & Indemnity & Crew Coverage Maritime Employers Liability for their diving exposure Business Auto Liability Workers Compensation including USL&H Bumbershoot Policy providing an additional $10,000,000 of Liabiity Coverage Vessel Pollution Liability for Scheduled Vessels $5,000,000 Contractors Pollution Liability $2,000,000 Should Kearns Construction be awarded the Dinner Key Marina Project, we are in an excellent position to provide any additional insurance coverage that this project may require for Kearns Construction has proven to be responsive and responsible in their performance. As always, please feel free to call us If you should have any questions or concerns, or if we can be of further assistance on this or any other matter, for it will be our pleasure to do so. o, CIC C:mmercial Lines, Construction & Marine Division Manager Direct Line: (954) 983-4252 or Cell (954) 649-9444 Email: bgloria@trinktvinv.iet INSURANCE "We work for our clients, not ourselves, to improve coverage, service and provide ease of doing business while improving our clients' bottom line." A,Cp' CERTIFICATE OF LIABILITY INSURANCE PRODUCER Trinity Insurance 4000 Hollywood Blvd Ste 555-S Hollywood, FL 33021 Phone: (305) 874-6489 OR 305-TRINITY INSURED Kearns Construction Company, Inc. 2550 South Bayshore Drive Coconut Grove, FL 33133 FLORIDA DBPR LICENSE #CGC060194 COVERAGES DATE(MMIDDIYYYY) 11/27/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURER A: Continental Insurance Company , 35289 INSURER B: Commerce & Industry Insurance Co INSURER C: National Fire Insurance Co of Hartford INSURER D: Atlantic Specialty Insurance Co ("Lead 50%") 19410 20478 27154 INSURER E: Liberty International Und ("Following 50%") 23043 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.❑❑L� rim INSRD TYPE OF INSURANCE POLICY NUMBER DAT tt i ll4 SE pL�C x 1 PDATE (MMpJ / N LIMITS A * Y GENERAL w ✓ 3ENL -, LIABILITY COMMERCIAL GENERAL LIABILITY ❑ El^^^tttCLAIMS MADE OCCUR Blanket Additional Insureds * ML 9780064 Blanket Additional Insured, Waiver of Subrogation,Primary Non -Contributory, Per Project Aggregate "When required by written contract" 03/29/2018 03/29/2019 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTEDPREMISES /Ea occurence) $ 250,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 Includes xcu GENERALAGGREGATE $ 2,000,000 AGGREGATE LIMIT APPLIES PER: POLICY n PROJECT n LOC PRODUCTS - COMP/OP AGG $ 1,000,000 Deductible BIPD ea claim $2500 C *Y AUTOMOBILE .I ;r 1 ,/ 7 LIABILITY ANYAUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 'Blkl Addl Insured, Waiver of Subrogation BUA6023678054 *Blanket Additional Insured, Waiver of Subrogation, Primary Non -Contributory "When required by written contract" 03/29/2018 03/29/2019 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY accident INJURY $ PROPERTY DAMAGE (Per accident) $ Primary Non -Contributory GARAGE LIABILITY L� ANY AUTO AUTO ONLY - EA ACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ D & E J✓J EXCESS/UMBRELLA LIABILITY _] OCCUR IIII CLAIMS MADE .� DEDUCTIBLE RETENTION $ 25,000 B5JH26243 Lead & ATAA1SP8003 Following 50% Quota Share Each (Lead & Following) 03/29/2018 03/29/2019 EACH OCCURRENCE $ 10,000,000 AGGREGATE $ 10,000,000 Follow Form/Drop Down $ JNCL "Scheduled Vessels" $ ONLY $ B ** WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NO If yes, descnteunder SPECIAL PROVISIONS below WC00161591 (FL only) **Blanket Waiver of Subrogation "when required by written contract" 03/29/2018 03/29/2019 ✓ TORY LIMITS o ERH USL&H E.L EACH ACCIDENT $ 1,000,000 E L DISEASE - EA EMPLOYEE $ 1,000,000 E.L DISEASE - POLICY LIMIT $ 1,000,000 A OTHER Protection & IndemnityVessel Liability(P&I)H FOR SCHEDULED VESSELS ONLY 0877068'Blanket Additional Insured,Waiver of Subrogation, Primary Non Contributory when required by written contract 03/29/2018 - 03/29/2019 P&I $1,000,000 each Occurrence incl Roving Crew (5 Crew) for Scheduled Vessels ONLY DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHI ES TEXCLUSIONS ADDED BY ENDORSEMENT i SPECIAL PROVISIONS RE *(Name of entities that are named in contract) are included as indicated above. PLEASE REFER TO SAMPLE MANUSCRIPT ENDORSEMENTS (NON -ISO) ATTACHED, WHICH APPLY WHEN REQUIRED BY WRITTEN CONTRACT SUBJECT TO COVERAGE FORM & EXCLUSIONARY UNDER AFOREMENTIONED POLICY(IES). **30 Days Advance Notice of Cancellation EXCEPT for Non -Payment of Premium 10 Days CERTIFICATE HOLDER CANCELLATION SAMPLE CERTIFICATE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL ** DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Gloria J. Bravo, CIC ACORD 25 (2001/08) ©ACORD CORPORATION 1988 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) fRt 1Y %I G r% ii 1 r 1 V i' t 1 G V Ir L I P W I L.1 1 1 1111.7 11 Y V LJ INPL. DATE (MMIDD/YYYY) 11/27/2018 PRODUCER Trinity Insurance 4000 Hollywood Blvd Ste 555-S Hollywood, FL 33021 Phone: (305) 874-6489 OR 305-TRINITY THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC # INSURED Kearns Construction Company, Inc. 4101 Braganza Avenue Miami, FL 33133 1 GC LICENSE #CGC060194 INSURER A: Underwriters at Lloyds, London INSURER B: INSURER C: INSURER D: INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN S SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ^LTR INSRO TYPE OF INSURANCE POLICY NUMBER pp DATTE MMfD5IY i))E ' t ��j�� ATE Ii�rkuSI�FIYY] LIMITS GENERAL LIABILITY COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurencel $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ GEN'L AGG REGATE LIMIT APPLIES PER: POLICY n PROJECT n LOC PRODUCTS -COMP/OP AGG $ AUTOMOBILE LIABILITY '] ANY AUTO cD ALLOWNEDAUTOS ] SCHEDULED AUTOS ] HIRED AUTOS c NON -OWNED AUTOS j c� COMBINED SINGLE LIMIT (Ea accident) $ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYcadent) AGE (Per accident) v$ c� GARAGE LIABILITY e� ANY AUTO AUTO ONLY - EAACCIDENT $ OTHER THAN EA ACC $ AUTO ONLY: AGG $ EXCESS/UMBRELLA LIABILITY ] OCCUR CLAIMS MADE ._I DEDUCTIBLE RETENTION $ `_ EACH OCCURRENCE $ AGGREGATE $ $ $ $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? If yes, dascrlhe Under SPECIAL PROVISIONS below WC blAl U- �-`'� OI Hl- TORY LIMITS I I ER E L EACH ACCIDENT $ E L DISEASE - EA EMPLOYEE $ E L DISEASE - POLICY LIMIT $ A OTHER Maritime Employers Liability SHALLOW DIVING GT301900j 11/13/2017 11/13/2018 Combined Single Limit for all expenses&indemnity, any 1 accident or illness: $1,000,000 UESCRIP IILiN OF OPERATIONS/ LOCATIONS f VEHICLES I k7CCLUSIONS ADDED BY ENDORS'_IMIENTTSPECRPRUT RE: Waiver of Subrogation applies when required by written contract. ***30 Day Advance Notice of Cancellation EXCEPT 10 Days for Non -Payment of Premium UNS CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL ENDEAVOR TO MAIL *** DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO DO SO SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE Gloria J. Bravo, CIC ACORD 25 (2001108) ©ACORD CORPORATION 1988 UMR: B0702 ML900210L EXCLUSION G REPLACEMENT LSW 675a Any obligation for which You or any carrier as your insurer may be liable under the workers or workman's compensation law, occupational disease law, LONGSHORE AND HARBOUR WORKERS' COMPENSATION ACT, THE NON -APPROPRIATED FUND INSTRUMENTALITIES ACT, THE OUTER CONTINENTAL SHELF LANDS ACT, THE DEFENSE BASE ACT, THE FEDERAL COAL MINE HEALTH AND SAFETY ACT OF 1969, any other workers or workmen's compensation, unemployment compensation, disability benefits law of any state, nation or territory, or any similar law or any amendments to these laws. WAIVER OF SUBROGATION Underwriters hereon waive their rights of subrogation against any person or organisation to whom the Named Assured Is obligated by written contract to provide such waiver, but only to the extent of such obligation and only in respect of operations by or on behalf of the Named Assured or the facility of or used by the Named Assured. ALTERNATE EMPLOYER ENDORSEMENT This endorsement applies only with respect to bodily injury to your employees while In the course of special or temporary employment by the alternate employer as required by written contract. The insurance afforded by this policy will apply as though the alternate employer is Insured. The insurance afforded by this endorsement is not intended to satisfy the alternate employer's duty to secure its obligations under the Workers' Compensation Law. Underwriters will not file evidence of this insurance on behalf of the alternate employer with any government agency. Underwriters will not ask any other insurer of this alternate employer to share or participate in a loss covered by this endorsement. The policy may be cancelled according to its terms without sending notice to the alternate employer. The Insuring Agreements, Exclusions and Conditions of the policy shall apply to the alternate employer, except condition 13, "Cancellation" (LSW 675) and condition 12 "Cancellation" (LSW 676) which shall not apply to the alternate employer. TERRORISM & MALICIOUS ACTS EXCLUSION CLAUSE In no case shall this insurance cover any loss damage liability or expense caused by or relating to:- 1. The attempt to or actual detonation of any explosive or the operation of any munition or other similar harmful device, including but not limited to biological and/or chemical device. 2. The act or attempted acts of any terrorist or group of terrorists, irrespective of their motives be they political, religious or other, or any person or group acting with a malicious intent. 17ucurnenI D CRAR{7IQNG1221186712 1 Slip Lea Page 12 of 21 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001/08) NA ENDORSEMENT NO. 10 Date of Issuance 04/20/2018 THIS ENDORSEMENT, EFFECTIVE 03/29/2018 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Per Project Aggregate Limits of Insurance In consideration of an Additional Premium of $500.00, it is understood and agreed that the General Aggregate Limit under Section A. Limits of Insurance shall be reinstated for each project where required: 1. With respects to "your work" which is away from premises owned by or rented to you; 2. If the policy General Aggregate has been exhausted; 3. If there is no other coverage or limits available to you under any other insurance carried by you or for your account that would apply if the General Aggregate Limit of Insurance of this policy was not reinstated. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 E6C REV 5/74 745 Printed in U.S.A. C'NA ENDORSEMENT NO. Date of Issuance 04/20/2018 THIS ENDORSEMENT, EFFECTIVE 03/29/2018 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Primary Insurance In consideration of an Additional Premium of $500.00, it is understood and agreed that this insurance is primary for the organization shown in the schedule, but only with respect to liability arising out of your work for that organization by or for you. Other insurance afforded to that organization will apply as excess and not contribute as primary to the insurance afforded by this endorsement. We agree to provide the organization listed below with at least thirty (30) days notice (10) days notice for non-payment of premium of cancellation and (45) days non -renewal notice. All other endorsements, provisions, conditions and exclusions of this insurance shall remain unchanged and apply to the organization described below. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 E6C REV 5/74 745 Printed in U.S.A. CNA ENDORSEMENT NO. Date of Issuance 04/29/2018 THIS ENDORSEMENT, EFFECTIVE 03/29/2018 FORMS A PART OF POLICY NO. ML 9780064 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Blanket Additional Insured and Waiver of Subrogation Endorsement In consideration of an Additional Premium of $250.00, it is hereby understood and agreed that this policy shall include as Additional Insureds any person or organization to whom the Named Insured has agreed by written contract to provide coverage, but only with respect to operations performed by or on behalf of the Named Insured and only with respect to an "occurrence". The inclusion of Additional Insureds shall in no way increase the Limit of Liability provided under this policy. In the event of cancellation or change in policy coverage, unless specifically endorsed in writing herein, we have no obligation to send notice of cancellation or change of coverage to the Additional Insured. Additionally, we shall not be required to notify the Additional Insured of any cancellation request from the Named Insured. It is further understood and agreed to waive any rights of subrogation to which we may be entitled if prior to an "occurrence" the Named Insured has agreed to such waiver in writing, but only to the extent required by said written agreement. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive Richmond, VA 23226 E6C REV 5/74 745 Printed in U.S.A. VA ENDORSEMENT NO. 16 Date of Issuance 04/20/2018 THIS ENDORSEMENT, EFFECTIVE 03/29/2018 FORMS A PART OF POLICY NO. H 0877068 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. Blanket Primary & Non- Contributory Endorsement Premium: Included In consideration of the additional premium shown in the schedule to this endorsement and subject to all the terms, conditions, limits and exclusions of the policy to which this endorsement is attached, it is agreed that: It is agreed that to the extent that the Named Insured is obligated by written contract to name any person or organization as an Additional Insured and/or Loss Payee, and/or waive subrogation, Underwriters agree that such person or organization shall be considered as such, and rights of subrogation are hereby waived, but only with respect to the work and/or operations actually performed by or on behalf of the named Assured(s) at the time of the loss and coverage under this policy afforded to the Additional Insured will apply as primary insurance where required by written contract, however, the inclusion of Additional Assured shall in no way increase the limit of liability hereunder, and any other insurance issued to such Additional Insured shall apply as excess non-contributory insurance. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive, Suite 405 Richmond, VA. 23226 E6C REV 5/74 745 Printed in U.S.A. ENDORSEMENT NO. Date of Issuance 04/20/2018 THIS ENDORSEMENT, EFFECTIVE 03/29/2018 FORMS A PART OF POLICY NO. H 0877068 OF THE Continental Insurance Company ISSUED TO Kearns Construction Company, Inc. ADDITIONAL INSUREDS) & WAIVER OF SUBROGATION - P&I SPECIFIC (BLANKET BASIS) In consideration of an Additional Premium of $250.00 it is understood and agreed that this Policy will include, as an Additional Insured, any person or organization, but only to the extent that you are obligated by a "written contract" to include them as Additional Insured(s) and only with respect to work and/or operations performed by you or on your behalf. The inclusion of an Additional Insured does not in any way extend the type of coverage afforded by the Policy, nor does it increase the limit of liability under the policy. It is further agreed that we waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of "your work" with that person or organization, but only to the extent that you are obligated by "written contract" to provide such waiver of rights of recovery and only with respect to "your work" or to your premises or the premises you use. "Written Contract" is defined as a contract that is a legally binding agreement between two or more parties which contain the elements of a valid legal agreement, and is enforceable by law or by binding arbitration. ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED AGENT OR BROKER NAME AND ADDRESS International Special Risks, Inc. 7130 Glen Forest Drive, Suite 405 Richmond, VA. 23226 E6C REV 5/74 745 Printed in U.S.A. 10020005460236780542680 CNA CNA71527XX (Ed. 10/12) ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: SCHEDULE Name of Additional Insured Persons Or Organizations ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II — LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident" for which the additional insured seeks coverage under this policy. All other terms and conditions of the Policy remain unchanged. CNA71527XX (10/12) Page 1 of 1 Policy No: Endorsement No: Effective Date: 03/29/2018 Insured Name: KEARNS CONSTRUCTION COMPANY, INC Copyright CNA All Rights Reserved 1002000$4023e78054203 Mmi▪ lili ggg POLICY NUMBER: COMMERCIAL AUTO CA 04 44 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US (WAIVER OF SUBROGATION) This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM BUSINESS AUTO PHYSICAL DAMAGE COVERAGE FORM GARAGE COVERAGE FORM MOTOR CARRIER COVERAGE FORM TRUCKERS COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: Endorsement Effective Date: SCHEDULE Name(s) Of Person(s) Or Organization(s): ANY PERSON OR ORGANIZATION FOR WHOM OR WHICH YOU ARE REQUIRED BY WRITTEN CONTRACT OR AGREEMENT TO OBTAIN THIS WAIVER FROM US. YOU MUST AGREE TO THAT REQUIREMENT PRIOR TO LOSS. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to the person(s) or organization(s) shown in the Schedule, but only to the extent that subrogation is waived prior to the "accident" or the 'loss" under a contract with that person or organization. CA 04 44 03 10 Copyright, Insurance Services Office, Inc., 2009 Page 1 of 1 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached effective on inception date of the policy unless a different date is indicated below. This endorsement, effective 12:01 AM 03 / 29 / 2018 Issued to KEARNS CONSTRUCTION COMPANY, INC. By GRANITE STATE INSURANCE COMPANY forms a part of Policy No. WC 001-61- 5919 We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION WITH WHOM YOU HAVE ENTERED INTO A CONTRACT, A CONDITION OF WHICH REQUIRES YOU TO OBTAIN THIS WAIVER FROM US. THIS ENDORSEMENT DOES NOT APPLY TO BENEFITS OR DAMAGES PAID OR CLAIMED: 1. PURSUANT TO THE WORKERS' COMPENSATION OR EMPLOYERS' LIABILITY LAWS OF KENTUCKY, NEW HAMPSHIRE, OR NEW JERSEY; OR, 2. BECAUSE OF INJURY OCCURRING BEFORE YOU ENTERED INTO SUCH A CONTRACT. Any person or organization for which the employer has agreed by written contract, executed prior to loss, may execute a waiver of subrogation. However, for purposes of work performed by the employer in Missouri, this waiver of subrogation does not apply to any construction group of classifications as designated by the waiver of right to recover from others (subrogation) rule in our manual. This form is not applicable in California, Kentucky, New Hampshire, New Jersey, Texas, or Utah. WC 00 03 13 (Ed. 04/84) Countersigned by Authorized Representative 22 KEARNS •CONSTRUCTION CO • CGC 060194 Letter from Bonding Surety 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX: 305-461-1892 www.kearnsconstruction.com KkeNIELSON, HOOVER & ASSOCIATES November 29, 2018 Attn: Fernando V. Ponassi Assistant Director City of Miami 444 S.W. 2' Avenue, 6th Floor Miami, Florida 33130 RE: Kearns Construction Company — Prequalification Letter — Project: Design — Build Services for the Dinner Key Marina Repairs and Restoration Project, RFP Number 18-19-005 Dear Mr. Ponassi: This is to advise you that our office provides Bid, Performance, and Payment Bonds for Kearns Construction Company. They are currently bonded with Hartford Fire Insurance Company an A.M. Best's Rated A+/XV surety company. The Hartford Fire Insurance Company meets all of the City's requirements for a surety market. Based upon normal and standard underwriting criteria at the time of the request, we should be in a position to provide Performance and Payment Bonds for single projects of $25,000,000 and a total program capacity of $75,000,000 aggregate. We obviously reserve the right to review all contractual documents, bond forms, and obtain satisfactory evidence of funding prior to final commitment to issue the bonds. We consider Kearns Construction Company and their shareholders to be an excellent contractor/client and we hold them in the utmost highest regard. Over the years, we have issued numerous bonds, all completed to great satisfaction. Obviously, we feel extremely confident in our contractor and encourage you to offer them an opportunity to execute the above referenced project. Attached please find Kearns Construction Company's September 30, 2018 Balance Sheet and Profit & Loss for your reference. We have reviewed the question and answer number nine (9) in Amendment No. 1 for this Request for Proposal. This letter is not an assumption of liability, nor is it a bid or performance & payment bond. It is issued only as a bonding reference requested by our respected client. If you shpijld have any questions, please do not hesitate to give me a call. Very)ruly 17zie„, Charles tl. Nielson Attorney -in -fact 8000 Governors Square Boulevard Suite 101 Miami Lakes, FL 33016 P: 305 722,2663 F: 305_558,9650 POWER OF' ATTORN KNOW ALL PERSONS BY THESE PRESENTS THAT: EY Direct Inquiries/Claims to: THE HARTFORD BOND, T-12 One Hartford Plaza Hartford, Connecticut 06155 bond.clai m s(aithehartford.com call: 888-266-3488 or fax: 860-757-5835 Agency Code: 21-229752 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Charles J. Nielson, Mary C. Aceves, Charles D. Nielson, Joseph Penichet Nielson, David R. Hoover of Miami Lakes, FL their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on March 1, 2016 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. John Gray, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 5th day of April, 2016, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. M. Ross Fisher, Senior Vice President CERTIFICATE V- z1, Nora M. Stranko Notary Public My Commission Expires March 31, 2023 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of November 29, 2018 . Signed and sealed at the City of Hartford. ' 1970 1i 17%1976r•{ Kevin Heckman, Assistant Vice President 2:40 PM 11/16/18 Accrual Basis KEARNS CONSTRUCTION CO. Balance Sheet As of September 30, 2018 ASSETS Current Assets Checking/Savings Kearns Operating Marine Division Tunnel division Sep 30, 18 1,422,015.48 518.39 100.01 Total Checking/Savings 1,422,633.88 Accounts Receivable Accounts Receivable 1,559,335.00 Total Accounts Receivable 1,559,335.00 Other Current Assets Retainage Receivable 1,357,228.16 Total Other Current Assets 1,357,228.16 Total Current Assets 4,339,197.04 Fixed Assets Property Plant & Equipment Accumulated Depreciation Property Plant & Equipment - Other Total Property Plant & Equipment -774,198.83 3,707,397.15 2,933,198.32 Total Fixed Assets 2,933,198.32 TOTAL ASSETS 7,272,395.36 LIABILITIES & EQUITY Liabilities Current Liabilities Accounts Payable Accounts Payable 770,000.00 Total Accounts Payable 770,000.00 Other Current Liabilities CG Bank CL#106090263 177,800.00 Total Other Current Liabilities 177,800.00 Total Current Liabilities 947,800.00 Total Liabilities 947,800.00 Equity Distributions -12,000.00 Retained Earnings 4,347,066.17 Net Income 1,989,529.19 Total Equity 6,324,595.36 TOTAL LIABILITIES & EQUITY 7,272,395.36 Page 1 11/16/18 Accrual Basis 2:40 PM KEARNS CONSTRUCTION CO. Profit & Loss January through September 2018 Jan - Sep 18 Jan - Sep 17 Ordinary Income/Expense Income Construction 10,197,451.74 3, 847, 316.06 Total Income Cost of Goods Sold Bond Expense Cost of Sales- Equipment Rental Cost of Sales- Job Materials Cost of Sales- Other Yard Space Total Cost of Sales- Other Cost of Sales- Payroll payroll processing Payroll Taxes Cost of Sales- Payroll - Other Total Cost of Sales- Payroll 10,197,451.74 3, 847, 316.06 0.00 428, 513.56 1,801,214.30 33,634.87 27,414.00 50,114.58 969,372.51 10,904.51 33,634.87 10,904.51 7,508.00 823,517.71 1,443,446.72 2,274,472.43 4,613.74 417,080.31 912,694.02 1,334, 388.07 Cost of Sales- Subcontractors 315,644.39 346,718.75 Cost of Sales -Building Supplies 1,956,212.34 248,917.04 Cost of Sales - Consulting 629.56 14,675.84 Cost of Sales - Engineering 27,885.44 13,755.00 Depreciation Expense 193,273.42 0.00 Freight & Delivery 94,765.00 15,650.00 Fuel 58,775.78 14,468.31 Insurance 318,247.79 154,174.63 Sanitation 85,787.44 56,882.18 Total COGS 7,589,056.32 3,257,435.42 Gross Profit 2,608,395.42 589,880.64 Expense Bad Debt Employee Loan 2,000.00 0.00 Bank Service Charges Line of Credit Fees 365.32 1,600.00 Bank Service Charges - Other 795.24 350.50 Total Bank Service Charges 1,160.56 1,950.50 Contributions 1,500.00 Dues and Subscriptions 1,749.26 Equipment maintenance 110,399.59 Interest Expense Loan Interest 4,488.17 Total Interest Expense 4,488.17 1,000.00 54.87 20, 872.39 0.00 0.00 Licenses and Permits 5,522.15 9,198.32 Office Supplies 4,206.85 2,026.98 Payroll Expenses G&A 254,000.00 0.00 Printing and Reproduction 9,103.43 1,171.65 Professional Fees Accounting/Audit/Tax 19,611.64 23,337.50 Consulting 7,137.31 0.00 Legal Fees 4,935.21 22,591.71 Total Professional Fees 31,684.16 45,929.21 Rent 26,730.00 13,354.51 Page 1 2:40 PM KEARNS CONSTRUCTION CO. 11/16/18 Profit & Loss Accrual Basis January through September 2018 Repairs Computer Repairs Equipment Repairs Total Repairs Jan - Sep 18 Jan - Sep 17 0.00 135,537.13 0.00 24,658.96 135,537.13 24,658.96 Telephone 7,432.47 5,866.79 Training/continuing education 4,200.00 2,710.00 Travel & Ent Travel 16,611.48 28,354.89 Total Travel & Ent 16,611.48 28,354.89 Utilities Gas and Electric 2,441.07 4,278.17 Water 99.91 0.00 Total Utilities 2,540.98 4,278.17 Total Expense 618,866.23 161,427.24 Net Ordinary Income 1,989,529.19 428,453.40 Other Income/Expense Other Income Gain/Loss on Equip Sale/Disposi 0.00 11,900.00 Total Other Income 0.00 11,900.00 Net Other Income 0.00 11,900.00 Net Income 1,989,529.19 440,353.40 Page 2 23 LEARNS •• CONSTRUCTION CO • CGC 060194 Acknowledgment of Addenda, Reference Documents and Forms 2550 S. BAYSHORE DRIVE, suite 206B • MIAMI, FLORIDA 33133 • TEL: 305-461-0310 • FAX:305-461-1892 www.kearnsconstruction.com -R-ECEIVED IVUV L 0 2018 KEARNSCONSTRUCTIION CO. ADDENDUM No. 1 November 20, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. Wherever applicable throughout the RFP document, Proposers are hereby advised that the Proposal Submittal Date has been changed to December 6, 2018. The time and location for delivery of Proposals remain the same. 2. On page 32 of the RFP, Section 3.5(A) "Minimum Qualification Requirements," General Contractor, please delete the following: "In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), with contract values of $5 million within the last ten (10) years." And replace with the following text: "In addition, the General Contractor shall have experience as the prime contractor for at least three (3) completed projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years." 3 On page 33 of the RFP, Section 3.5(B) "Minimum Qualification Requirements," Lead Engineer/Design Manager Firm, please delete the following: "In addition, the Lead Engineer/Design Manager shall have experience as the Engineer of Record for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), with contract values of $5 million or more within the last 10 years." •,z�-; owl CO-O et."- RECEIVED NIA ,`4 0 2318 And replace with the following text: KEARNSCONSTRUCTION rn "In addition, the Lead Engineer/Design Manager shall have experience -as the Engineer of Record for at least three (3) projects of similar scope and complexity (e.g., marine structures, marina improvements/repairs, and marina (overwater) utilities), within the last eight (8) years." 4. On page 33 of the RFP, Section 3.5(C) Minimum Qualification Requirements," Key Personnel, the minimum years of experience for the Key Personnel listed on pages 33 and 34, has been reduced from eight (8) years to five (5) years. In addition, any reference to a contract value threshold for the three (3) required projects references has been eliminated. The three (3) required project references still must meet the "similar scope and complexity" standard. The City of Miami, with the advice of the Design Criteria Professional, will have sole discretion to determine whether the proposed project references meet said standard. REQUESTS FOR INFORMATION: Q1. Do the Proposers provide Step 1 packages (qualifications and experience only, from all interested Proposers) and Step 2 packages (Technical and Price Proposal for Base and Additive Alternatives) simultaneously or at different times? Al. Step 1 Proposals must be submitted by or on December 6, 2018, at 3:00 p.m., to the City of Miami Clerk's Office, 3500 Pan American Drive, First Floor, Miami, FL 33133. At the Step 1 Meeting to be held in late December 2018 or early January 2019, Evaluation Committee members will shortlist Advancing Firms (please refer to page 4 of the RFP). The date to submit Step 2 Proposals from Advancing Firms will be determined by the Evaluation Committee members. Q2 What will be the duration between the submission of Step 1 and Step 2 packages? A2. It is estimated that there will be approximately 60 days between the submittal due date for Step 1 and Step 2 Proposals. Q3. Should the D/B Team include a contingency in its bid for such unforeseen condition? A3. No. A contingency allowance will be added to the final contract value as part of the contract award process. Q4. Please provide a sample contract to be used for this project. A4. A sample contract will be shared with the selected Proposer after oral presentations are concluded and prior to commencing negotiations. Q5. Is builders risk insurance required for this project? A5. No. The City will acquire Builder's Risk insurance. Q6. If required, when will the builders risk policy start and stop? A6. Please refer to response to Q5, above. Q7 If required, who is responsible to pay for the builder's risk insurance? A7 Please refer to response to Q5, above. 2 Design -Build Services for the Dinner Key Marina Addendum No. 1 Repairs and Restoration Project S tC):-CALP•CVA C 4iVvi RFP No. 18-19-005 RECEIVED Design -Build Services for the Dinner Key Marina Repairs and Restoration Project NO C0 Z318 Q8. After -'the City tAkes occupancy Zf completed construction, the ma open for uncompleted/ future works. Will the City__ require the_D/B City for completed construction occupied by the City? A8. Yes. Q9. What documents are required to demonstrate financial strength of the Proposer? A9. Please refer to best practices and/or guidelines by A.M. Best Company. 4tr Q10. Will a bondability letter be accepted to demonstrate financial strength of the Proposer? A10. Please refer to response to Q9, above. Q11. Will the D/B Team be responsible to indemnify the City for any and all events for the entire Dinner Key Marina? For example, construction has commenced at Pier 1 and Pier 2 and a slip and fall occurs at Pier 7. No construction work has occurred at Pier 7. Will the D/B Team be required to defend and indemnify the City for events that occurred outside the active construction site? Al1. Yes. The indemnification language in the upcoming design -build contract will read as follows: "The Design -Builder shall indemn, hold and save harmless, and defend (at its own cost and expense), the City and their officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused in whole or in part by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Design -Builder and persons employed or utilized by Design - Builder in the performance of this Contract. Design -Builder shall further, indemnify, hold and save harmless, and defend (at its own cost), the City and their officdrs, agents, directors, 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 officers, agents, directors, and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Design -Builder shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Design -Builder expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Design -Builder shall in no way limit the responsibility to indemn, hold and save harmless, and defend the City and their officers, agents, directors, employees, and instrumentalities as herein provided. The indemnification provided above shall obligate the Design -Builder pre and post construction to defend, at its own expense, to and through trial, administrative, 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 Design -Builder, or persons employed or utilized by Design -Builder. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Design -Builder shall require all. sub-consultant/sub-contractor agreements to include a provision that each sub-consultant/sub-contractor will indemn? the City in substantially the same language as this Section. The Design -Builder 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 Design -Builder 3 ,per Qe-71A- S Addendum No. 1 RFP No. 19-19-005 -. in which the City participated either through review or concurrence of the Design -Builder's actions. In reviewing, approving or rejecting any submissions by the Design -Builder or other acts of the Design -Builder, the City in no way, assumes or shares any responsibility or liability of the Design -Builder or any sub-consultant/sub-contractor under this Contract. 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 Design -Builder." Q12. Will the City require the D/B Team to indemnify the City for slip and falls that occurs in the DKM parking lot where no new work is being performed? Al2. Yes, if the site is made available to the contractor for use, storage, parking, etc. Q13. Do you happen to have an estimated project value and start date for the above noted project yet? A13. The City anticipates the construction cost to be in excess of $15M. The City continues to work with insurance and with the Federal Emergency Management Agency (FEMA) to determine the reimbursement process relative to the damage from Hurricane Irma. The award of the construction contract is anticipated in late February 2019, based on the procurement process discussed at the pre -bid meeting; this schedule is subject to change. The selected design -build team will commence design and local permitting based on their established schedule, with construction to commence as quickly as possible. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Anni '•= ez, CPPO, Director Department of Procurement, City of Miami 4 Addendum No. 1 RECEIVED KEARNS CONSTRUCTION CO. 00.4(4-yur RFP No. 18-19-005 fttPAIVEI VV MA alit of ADDENDUM No. 2 November 21, 2018 REQUEST FOR PROPOSALS No. 18-19-005 Lam E4AirM V W, DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services .for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. REQUESTS FOR INFORMATION: Q1. Is the Lead Engineer/Design Manager Firm under Section 3.5 (B) considered only a firm (similar to the General Contractor Section 3.5 (A)), or is an individual representative required under this section, separate from the key personnel requirements under Section 3.5. (C)? If limited to the firm, then this section should include experience of engineers employed by the firm, including prior experience of individuals, as long as they are currently on the payroll of the submitting firm? Al. The Lead Engineer/Design Manager must be a licensed, registered, and practicing engineer or engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. The managing principal/s of the Lead Engineer/Design Manager, qualifying the Design -Build team while acting as the Engineer of Record for the Project, must be registered engineer/s under Chapter 471, Florida Statutes, to practice engineering. Q2. Can the experience projects utilized to qualify the firm under Section 3.5 (B) overlap with the requirements of the individual under a specific role in the Key Personnel Section 3.5 (C)? For example, the Firm is qualified with Projects X, Y, and Z, and the Engineer employed by the firm is qualified as a Key Personnel utilizing Projects X, Y, and W. Thus projects X and Y would be shared amongst the Lead Engineer/Design Manager Firm and the key personnel employed by that firm. Similarly for the General Contractor and the Construction Manager. A2. It is allowed for different firms and/or individuals to utilize a single or multiple projects to provide proof of prior experience. Individuals who have shared activities on the same j4 '�-EQ: �n project or contract, will be able to submit the same projects as long as those individuals have provided the services they claim in order to meet the qualifications and experience requirements set forth in Section 3.5 of the RFP (i.e., a mechanical engineer and a structural engineer participating on the same project but providing services under their individual disciplines). CLARIFICATIONS: 1. All Design Criteria Package documents (Attachment A) originally uploaded to the Office of Capital Improvements website have been replaced for newer, updated versions. In addition, experience -related forms (Attachment B) have been updated to reflect the reduced number of years of prior experience required from the Design -Build team. All updated documents . can be downloaded at http://www.cifniamilluslUamiCapitaliNewBidsandProposals.html. 2. "Hurricane Irma Assessment Report," prepared by Moffatt & Nichol and dated September 2018, has been added to the Attachment A documents; the document is 143 pages long. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Annie etrezirCPPO, Director Department of Procurement, City of Miami "A %--"\A' — C.., ^,C—e.! -S 2 Addendum No. 2 RFP No. 18-19-005 1Iitg of ADDENDUM No. 2 November 21, 2018 REQUEST FOR PROPOSALS No. 18-19-005 iami ? �g DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services . for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. REQUESTS FOR INFORMATION: QI. Is the Lead Engineer/Design Manager Firm under Section 3.5 (B) considered only a firm (similar to the General Contractor Section 3.5 (A)), or is an individual representative required under this section, separate from the key personnel requirements under Section 3.5. (C)? If limited to the firm, then this section should include experience of engineers employed by the firm, including prior experience of individuals, as long as they are currently on the payroll of the submitting firm? Al. The Lead Engineer/Design Manager must be a licensed, registered, and practicing engineer or engineering firm authorized to conduct business in the State of Florida for the last five (5) years under its current business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal), as of Proposal Submission Due Date. The managing principal/s of the Lead Engineer/Design Manager, qualifying the Design -Build team while acting as the Engineer of Record for the Project, must be registered engineer/s under Chapter 471, Florida Statutes, to practice engineering. Q2. Can the experience projects utilized to qualify the firm under Section 3.5 (B) overlap with the requirements of the individual under a specific role in the Key Personnel Section 3.5 (C)? For example, the Firm is qualified with Projects X, Y, and Z, and the Engineer employed by the firm is qualified as a Key Personnel utilizing Projects X, Y, and W. Thus projects X and Y would be shared amongst the Lead Engineer/Design Manager Firm and the key personnel employed by that firm. Similarly for the General Contractor and the Construction Manager. A2. It is allowed for different firms and/or individuals to utilize a single or multiple projects to provide proof of prior experience. Individuals who have shared activities on the same project or contract, will be able to submit the same projects as long as those individuals have provided the services they claim in order to meet the qualifications and experience requirements set forth in Section 3.5 of the RFP (i.e., a mechanical engineer and a structural engineer participating on the same project but providing services under their individual disciplines). CLARIFICATIONS: 1. All Design Criteria Package documents (Attachment A) originally uploaded to the Office of Capital Improvements website have been replaced for newer, updated versions. In addition, experience -related forms (Attachment B) have been updated to reflect the reduced number of years of prior experience required from the Design -Build team. All updated documents can be downloaded at http://www.ci.miami.fl.us/MiamiCapital/NewBidsandPraposals. html. 2. "Hurricane Irma Assessment Report," prepared by Moffatt & Nichol and dated September 2018, has been added to the Attachment A documents; the document is 143 pages long. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project AnnieCPPO, Director Department of Procurement, City of Miami 2 Addendum No. 2 RFP No. 18-19-005 Tag of RECEIVED NOV 3 0 2018 KEGS CONSTRUCTION CO. ADDENDUM No. 3 November 30, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. MODIFICATIONS: 1. Throughout the RFP document, the reference to "Design -Builder" must read "Design -Build Firm." 2. On page 5 of the RFP document, please delete the following: "Proposer must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal, Including Additive Alternatives 1 through 3." And replace with the following text: "On the Step 2 Proposal Due Date, shortlisted firms must submit Price Proposals in separate envelopes. A Price proposal must be submitted for the Base Proposal. including Additive Alternatives 1 through 8. Failure to do so will result In the Proposal being relected as non -responsive." 3. On page 6 of the RFP document, please delete Section 1.6 in its entirety, and replace with the following text "1.6. Contract Terms and Conditions The Proposer(s) selected to provide the service(s) requested herein (the "Successful Proposer(s)") will be required to execute a contract ("Contract") with the City. The contract will be a City -furnished Design -Build Agreement (Agreement), and certain provisions of the Contract are non-negotiable. These include, without limitation, applicability and compliance with applicable laws (e.g., State Statutes, County and City Codes), venue, hold harmless, duty to defend, indemnity and insurance, payment and performance bond, and cancellation for convenience or due to lack of funding, by the City Manager. These sections are excerpted below: a. Applicable Law and Venue of Litigation This Contract shall be enforceable in Miami -Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein exclusive venue for the enforcement of same shall lie in Miami -Dade County, Florida. b. Indemnification The Design -Build Firm shall indemnify, hold and save harmless, and defend (at its own cost and expense), the City and their officers, agents, directors, and/or employees, from all liabilities, damages, losses, judgements, and costs, including, but not limited to, reasonable attorney's fees, to the extent caused in whole or in part by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Design -Build Firm and persons employed or utilized by Design -Build Firm in the performance of this Contract. Design -Build Firm shall further, indemnify, hold and save harmless, and defend (at its own cost), the City, Van Alen, and their 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. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Design -Build Firm shall, upon written notice from the City, resist and defend such action or proceeding by counsel satisfactory to the City. The Design -Build Firm expressly understands and agrees that any insurance protection required by this Contract or otherwise provided by the Design -Build Firm shall in no way limit the responsibility to indemnify, hold and save harmless, and defend the City and their officers, employees, agents, and instrumentalities as herein provided. The indemnification provided above shall obligate the Design -Build Firm pre and post construction to defend, at its own expense, to and through trial, administrative, 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 Design -Build Firm, or persons employed or utilized by Design - Build Firm. These duties will survive the cancellation or expiration of the Contract. This Section will be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Sections 725.06 and/or 725.08, Florida Statutes, as applicable and as amended. Design -Build Fimi shall require all subconsultantisubcontractor agreements to include a provision that each subconsultant/subcontractor will indemnify the City in substantially the Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 2 — Addendum No. 3 RFP No. 18-19-005 same language as this Section. The Design -Build Firm 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 Design - Build Firm in which the City participated either through review or concurrence of the Design -Build Firm's actions. In reviewing, approving or rejecting any submissions by the Design -Build Firm or other acts of the Design -Build Firm, the City in no way, assumes or shares any responsibility or liability of the Design -Build Firm or any subconsultant/subcontractor under this Contract. 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 Design -Build Firm. c. Insurance Without limiting any of the other obligations or liabilities of Design -Build Firm, Design -Build Firm shall provide, pay for, and maintain in force until all of its Work to be performed under this Contract has been completed and accepted by City (or for such duration as is otherwise specified hereinafter), the insurance coverages set forth herein. Commercial General Liability A. Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $1,000,000 General Aggregate Limit $2,000,000 Products/Completed Operations $2,000,000 Personal and Advertising Injury $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Contingent and Contractual Exposures Explosion, Collapse and Underground Hazard Primary and Non -Contributory Endorsement Products and Completed Operations covered for a minimum of three years following project completion. Additional insureds included on this requirement. ■ Business Automobile Liability A. Limits of Liability Bodily Injury and Property Damage Liability Combined Single Limit Any Auto/Owned/Scheduled Including Hired, Borrowed or Non -Owned Autos Any One Accident $1,000,000 B. Endorsements Required City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 3 Addendum No. 3 RFP No. 18-19-005 Worker's Compensation Limits of Liability Statutory -State of Florida Waiver of subrogation USL&H, IF APPLICABLE • Employer's Liability Limits of Liability $1,000,000 for bodily injury caused by an accident, each accident. $1,000,000 for bodily injury caused by disease, each employee $1,000,000 for bodily injury caused by disease, policy limit • Umbrella/Excess Liability Limits of Liability Bodily Injury and Property Damage Liability Each Occurrence $15,000,000 Aggregate $15,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Excess Form over all applicable liability policies contained herein ■ Environmental Impairment/CPL Liability $3,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured Five Year Reporting Period Builder's Risk/Installation Floater (If applicable) Causes of Loss: Special Form with Replacement Cost Valuation Deductible: $50,000 AOP, 5% Wind & Hail, Flood City of Miami, its elected officials, instrumentalities, and employees listed as Toss payee/additional insured DESIGN -BUILD FIRM IS RESPONSIBLE FOR ALL DEDUCTIBLES APPLICABLE HEREIN ■ Payment and Performance Bond Full amount of contract at award, including all contingencies City of Miami, its elected officials, instrumentalities, and employees listed as an Obligee • Design -Build Firm's Professional Liability $5, 000, 0001$5, 000, 000 Retro Date Included. This limit shall be equally applicable and provided by any and all consultants, subconsultants, or subcontractors engaged in the project. FF Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 4 Addendum No. 3 RFP No. 18-19-005 Protection and Indemnity Liability (If Applicable) Limits of Liability (Jones Act included) $1,000,000/$2,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as an additional insured. Crime Coverage (If Applicable) Employee Dishonesty and Forgery Alteration Limits of Liability $1,000,000 City of Miami, its elected officials, instrumentalities, and employees listed as loss payee. The Design Build Firm is responsible for all applicable deductibles in terms of all lines of coverage, or policies herein contained, more specifically noted in Section (7) Insurance. The above policies shall provide the City of Miami with written notice of cancellation or material change from the insurer not less than (30) days prior to any such cancellation or material change. Companies issuing all insurance policies required above must be authorized to do business in the State of Florida, and meet the following qualifications: The company must be rated no less than "A-" as to management, and no less than "Class X" as to Financial Strength, by the latest edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. All policies and /or certificates of insurance are subject to review and verification by Risk Management prior to insurance approval. d. Performance and Payment Bond The Design -Build Firm shall within fifteen (15) calendar days of being notified of award, furnish a Performance/Payment Bond containing all the provisions of the attached Performance/Payment forms. Each Bond shall be in the amount of one hundred percent (100%) of the Contract value guaranteeing to City the completion and performance of the Work covered in the Contract Documents as well as full payment of all suppliers, laborers, or subconsultants and subcontractors employed pursuant to this Project(s). Each Bond shall be with a Surety, which is qualified pursuant to Article 9, Qualification of Surety. Each Bond shall continue in effect for one year after Final Completion and acceptance of the Work with liability equal to one hundred percent (100%) of the Contract value, or an additional bond shall be conditioned that Design -Build Firm will, upon notification by City, correct any defective or faulty work or materials which appear within one year after Final Completion of the Project(s). The City must be listed as an Obligee. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 5 Addendum No. 3 RFP No. 18-19-005 Pursuant to the requirements of Section 255.05(1)(a), Florida Statutes, as may be amended from time to time, Design -Build Firm shall ensure that the bond(s) referenced above shall be recorded in the public records and provide City with evidence of such recording. The Payment/ Performance Bond shall be in substantially the form provided by Section 255.05, Florida Statutes and be subject to the approval of the Risk Management Director and the City Attorney as to legal form. e. Termination for Convenience In addition to cancellation or termination as otherwise provided for in the Contract, the City Manager may at any time, in its sole discretion, with or without cause, terminate the Contract by written notice to the Design -Build Firm. Such Written Notice by the City Manager shall state the date upon which Design -Build Firm shall cease all Work under the Contract and vacate the Project(s) site(s). The Design -Build Firm shall, upon receipt of such notice, unless otherwise directed by the City: • Stop all Work on the Project(s) on the date specified in the notice ("the Effective Date"); • Take such action as may be necessary for the protection and preservation of the City's materials and property; ▪ Cancel all cancelable orders for materials and equipment; • Assign to the City and deliver to the site, or any other location specified by the Project Manager, any non -cancelable orders for materials and equipment that can not otherwise be used except for Work under the Contract and have been specifically fabricated for the sole purpose of the Work and not incorporated in the Work; • Take no action that shall increase the amounts payable by the City under the Contract Documents; and • Take reasonable measures to mitigate the City's liability under the Contract Documents. • All charts, sketches, studies, drawings, reports and other documents, including electronic documents, related to Work authorized under the Contract, whether finished or not, must be turned over to the City. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by Design -Build Firm until all documentation is delivered to the City. In the event that the City Manager exercises its right to terminate the Contract pursuant to the Contract Documents, the City will pay the Design - Build Firm: • For the actual cost or the fair and reasonable value, whichever is less, of (1) the portion of the Project(s) completed in accordance with the Contract through the completion date, and (2) non -cancelable material(s) and equipment that is not of any use to the City except in the performance of the Contract, and has been specifically fabricated for the sole purpose of the Contract but not incorporated in the Work; and Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 6 Addendum No. 3 —CQ-imp RFP No. 18-19-005 • To the extent practical, the fair and reasonable value shall be based on the price established as a result of the Contract. In no event, shall any payments under this Paragraph exceed the maximum cost set forth in the Contract. • The amount due hereunder may be offset by all payments made to the Design -Build Firm. • All payments pursuant to this Article shall be accepted by the Design -Build Firm in full satisfaction of all claims against the City arising out of the termination including, Further, the City may deduct or set off against any sums due and payable under this Article any claims it may have against the Design -Build Firm. • Design -Build Firm shall not be entitled to lost profits, overhead or consequential damages as a result of a Termination for Convenience. • All payments made under the Contract are subject to audit Upon the City's payment in full of the amounts due the Design -Build Firm under this Article, the Design -Build Firm grants the City full use of the Work and any Work Product to complete the Project and subsequently occupy the Project." 4. On page 7 of the RFP document, please delete Section 1.9 in its entirety, and replace with the following text: "1.9. Award of a Contract A Contract may be awarded to the Successful Proposer for the Project by the City Commission or City Manager, as applicable under the City Code, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, a Contract with the Successful Proposer when it is determined to be in the City's best interest. The City does not represent or affirm that any award will be made, or that a Notice to Proceed will be issued." 5. On page 16 of the RFP document, Section 2.1, "Project Background," please delete the following: "The original terminal building is still utilized as City Hall." And replace with the following text: "The original terminal building is still utilized as City Hall, housing the Commission Chambers and offices for elected officials and certain staff." 6. On page 37 of the RFP document, Section 3.11, "Audit Rights and Records Retention," please add the following text to at the end of the Section: "The Audit and Inspection provisions set forth in Sections 18-100 to 18-102 of the City Code are deemed as being incorporated by reference herein as supplemental terms." Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 7 Addendum No. 3 RFP No. 18-19-005 7 On page 65 of the RFP document, "Information for Determining Joint Venture Eligibility," please add the following text to at the end of the opening paragraph: "All MUST requirements are mandatory. Failure to comply will result in disqualification of the Proposal as non -responsive." REQUESTS FOR INFORMATION: Q1. Please provide the vendor and manufacturer of the exiting fiberglass grate decking. Al . The existing grating was installed in 2006 time frame, and the vendor was Strongwell. Q2. Please specify the quantity of grating to be replaced. It was verbally stated that all the grating is to be replaced. It was also stated that only some of the grating is to be replaced. We are unable to determine from the RFP plans and specifications the quantity of the new grating that is required. Please specify the location and quantity of grating to be replaced. A2. Total Grating Area is approximately 53,500 sq. ft. Nominal Grating Width is approximately 7 ft. Pier Grating No. Length (Ft.) 1 680 2 615 3 915 4 890 5 1,180 6 1,030 7 870 8 915 9 540 NOTE: these figures are provided to Proposers for informational purposes. only. Proposers are still required to field verify the above -mentioned figures at their convenience. Q3. Please provide the survey information included in the RFP in PDF format. We are unable to open the survey included in the RFP. A3. A new survey is included within this Addendum. Q4. Please provide the Geotechnical Report (Page 39 of the MN Design Criteria Package states will be provided). The Geotechnical Report is needed to determine pile -driving pricing. A4. Soil borings have commenced, and the boring logs are anticipated in mid -December. The geotechnical information will be provided to all short-listed Proposers after the Step 1 qualifications process. Q5. What is the duration for the entire project (design, permitting, and construction)? A5. The anticipated schedule is 365 calendar days. Short-listed Proposers, however, will be required to submit their own project schedule as part of the Step 2 Proposal. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 8 Addendum No. 3 �k RFP No. 18-19-005 Q6. a) When does the clock commence for this project? b) Does the clock commence after the permits are secured? A6. Short-listed Proposers will be required to submit their own project schedule as part of the Step 2 Proposal. The City anticipates providing a partial Notice to Proceed (NTP) for the selected team to commence the engineering design. As the design progresses through the City review process, and both the environmental and building permits are issued, the City may issue an NTP for construction. Depending on the selected Proposer's schedule, the City may issue additional partial NTPs to order Tong -lead time materials during the engineering and permitting tasks. Q7. Additive alternates add scope to the contract. Will time also be added to complete the add alternates? A7. Time may be added, as appropriate. Q8. How much time will be added for alternates No.1, No.2, and No.3? A8. Additive Alternative No. 4 has been added. Nonetheless, shortlisted Proposers will be required to submit their own project schedule as part of the Step 2 Proposal, including a recommendation for additional construction time for each alternative. A sample Bid Proposal form is included as part of this Addendum. Q9. a) What is the design and environmental permitting duration? The MN Design Criteria Package (Page 12) states, "Environmental Permitting - Estimated 9 to 12 months." The RFP indicates that the entire project duration is 12 months for both design/permitting and construction. b) How is it possible to complete the entire project when the design I permitting process is "estimated" to be a 9 to twelve (12) month duration? A9. The City is initiating the environmental permitting to progress concurrently during Steps 1 and 2 of the design -build procurement process. The environmental permitting process will also continue concurrently as the successful Proposer completes the engineering design and building permit processing. The 9-month duration is an estimate based on experience with similar projects in Miami -Dade County, and it is possible the rehabilitation project could be permitted in 6-9 months. The City will maintain regular communication with the successful Proposer, and work to expedite the environmental permits. Q10. The MN Design Criteria Package (Page 16) states, "Piles shall be wrapped as indicated on the DCP Drawings." Do DCP criteria include wrapping the existing PT I CCA piles? A10. Only new piles shall be wrapped. Q11. The permitting agencies are known to be arbitrary. Hypothetically, if during construction the permitting agencies require that all exiting piles be wrapped, will this work be part of a change order to the City of Miami? A11. Yes, a change order may be issued to include additional work, as appropriate. Q12. Will the D/B Team be compensated for differing site conditions? Al2. Proposers shall review existing site conditions along with information included in this package that includes some of the repair plans as well as original design plans from the 1980's. Proposers shall also review the DCP carefully. Site visits by Proposers are encouraged to confirm site conditions. The City is implementing the project through a two- step, 'best value" procurement process to select a qualified/experienced Design -Build 9 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Addendum No. 3 RFP No. 18-19-005 Firm that has designed and constructed similar projects. Per Section 1, Sub -section 29, "Differing Site Conditions" of the ensuing Design -Build Agreement, "No adjustments to the Contract Time or Contract Price shall be approved due to differing site conditions, as the Design -Build Firm is solely responsible for all aspects of design and construction of the Project. Q13. Will the D/B Team be compensated for scope items added to the project by the permit agencies? A13. Yes, a change order may be issued to include additional work, as appropriate. Q14. Will each phase of completed construction have its own warranty commencement date? A14. The warranty period commences once the Design -Build Firm obtains the Temporary Certificate of Occupancy for each phase. Q15. Can the contractor fence off their active construction site? A15. Yes. Q16. Please provide the size, dimensions, and location of the contractor staging area. The MN Design Criteria Plans (G-002, General Note 13) state, "THE CITY SHALL HAVE THE SOLE AUTHOIRTY TO DESINGNATE AND I OR LIMIT AREAS OF CONSTRUCTION, STAGING, ACCESS, AND STORAGE." The contractor staging area is a critical component. The location and size of the staging area can impede or enhance the reconstruction process. It is of great importance that the City identifies and defines a contractor staging area before the submission of this proposal. Please provide the size, dimensions, and location of the contractor staging area. A16. See figure below indicating the approximate limits of the staging area. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 10 Addendum No. 3 RFP No. 18-19-005 Q17 Will the City provide parking spaces to the D/B Team? A17. Yes. Q18. How many parking spaces will be provided to the D/B Team? A18. Approximately 15 parking spaces located on the south side of the staging area. Q19. The Proposers need to quantify and price the submerged marine debris. Please provide a survey of submerged marine debris. A19. The City removed some of the marine debris resulting from Hurricane Irma; however, there is still debris to be removed by the Design -Build Firm. An allowance for the removal of the remaining Hurricane Irma marine debris will be included on the Bid Form for the Step 2 of the bid process. Q20. If additional marine debris is found (not included in survey), can the D/B Team be compensated for the additional work? A20. Yes, please refer to response A19, above. Q21. Will the City issue change orders to the Proposer for any differing site conditions? A21. Please refer to response Al2, above. Q22. Will the City have an on -site project manager authorized to make decisions on behalf of the City? A22. The Office of Capital Improvements (OCI) will have an assigned Project Manager. This individual will have the authority as outlined in the DBIA contract, and the City will strive to be responsive to field conditions and to requests from the Design -Build Firm. The Project Manager will make regular site visits to the project site, and regular progress meetings are anticipated once construction starts. Q23. Both marine debris removal and mooring pile replacement are exempt from environmental permits. Can the contractor commence this work prior to securing any environmental permits? A23. No. Q24. Will the Proposer be compensated promptly for marine debris removal and or mooring pile replacement prior to the issuance of environmental permits? Currently, the RFP states that the Proposer will not be compensated for construction work prior to the issuance of permits. A24. No. Q25. The MN Design Criteria Plans (G-002, Vessel Relocation) states, "THE D/B TEAM WILL COORDINATE WITH THE DINNER KEY MARINA MANAGEMENT TO INDENTIFY / NOTIFY VESSLES ANCHORED IN THE AREA OF THE MOORING FIELD THAT WILL INTERFERE WITH THE DEBRIS REMOVAL ,AND/OR REPAIRS PRIOR TO CONSTRUCTION." The Dinner Key Marina Mooring Filed is located to the east of the Spoil Islands. Will the D/B Team be responsible for any work east of the Spoil Island? A25. No. 11 Design -Build Services for the Dinner Key Marina Repairs and Restoration Project Addendum No. 3 RFP No. 18-19-005 Q26. Will the D/B Team be responsible for marine debris that is located outside footprint of the docks and mooring piles? A26. No. Q27. Will the D/B Team be responsible for the marine debris that is between the main piers (Piers 1- Pier 9)? A27. Please refer to response A19, above. Q28. Please specify where the D/B Team will be responsible for the removal of marine debris. A28. Within the mooring piles area, and in the fairways between the piers. Please refer to response A19, above. Q29. Will the City require that all diving be completed by an OSHA compliant three-man dive team? A29. Construction that requires diving shall be conducted in accordance with OSHA requirements for commercial diving operations and in accordance with Association of Diving Contractors International (ADCI) standards. All divers shall be ADCI certified. Q30. Will the City permit SCUBA divers to perform commercial diving? A30. The selected Design -Build Firm will be responsible for determining the appropriate means/methods for commercial diving in accordance with OSHA requirements and in accordance with ADCI standards. Q31. The required wage rates (FL 260) do not lists commercial divers. Please provide wage rates for commercial divers. A31. It is the Design -Build Firm's responsibility to contact the U.S. Department of Labor to obtain wage rates not listed on FL260. Q32. The required wage rates (FL 260) do not list boat operators and I or tug captains. Please provide a wage rate for boatooperators and tug captains. A32. Please refer to response A31, above. Q33. The existing mooring piles at Dinner Key Marina are greenheart piles. The City's standard mooring pile specification (developed by Stephen Bogner) requires greenheart piles. The City's specifications state that the greenheart pile must have 13" butts measured 3' down from the top. Greenheart piles are far superior in strength and for pile driving. Greenheart piles are also capable of holding large yachts during storm events. The Design Criteria Plans and Specifications for this RFP require PT I CCA mooring piles. We suggest that City consider replacing the existing broken greenheart mooring piles with new greenheart mooring piles. A33. Short-listed Proposers must provide cost for piles as indicated in the DCP. Provide Additive Bid Alternative #5 price for green heart mooring piles per the City's specification. The additive bid alternate shall include an allowance in the construction schedule for the procurement and delivery of the piling to the construction site. Q34. Suggest extending all wooden piles five feet taller. During storm events, the existing low piles punch holes in boat hulls. This has been an issue at Dinner Key Marina during the past four storms (Andrew, Katrina, Wilma, and Irma). Storm surges elevates the boats Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 12 Addendum No. 3 RFP No. 18-19-005 above the top of piles. Extending piles up five feet will reduce the chances of piles poking holes in the side of vessels. A34. Short-listed Proposers must provide cost for piles as indicated in the DCP. Provide Additive Bid Alternative #6 price for increasing the cutoff elevation by 5 ft. Q35. Suggest using stainless steel hurricane straps for new wood construction. Galvanized hurricane straps rust and rot. After ten years, most of the galvanized hurricane straps have deteriorated. Most of the expense with hurricane straps is the labor cost. Therefore, we believe it is logical to use stainless steel hurricane straps. A35. Short-listed Proposers must provide cost for hurricane straps as indicated in the DCP. Provide Additive Bid Alternative #7 price for providing SS316 hurricane straps. Q36. This RFP states that the City will pay for all permits. Does this include all mitigation and impact fees? A36. The Design -Build Firm must pay for all permit costs and fees. In turn, the City will reimburse the Design -Build Firm for those permit costs and fees on a dollar per dollar basis. Q37. What are the performance requirements for the card access system? A37. The City has a contract with a Quality Wiring to install and monitor the City's security systems and other low voltage systems. It is a standard practice, for all City projects, that OCI and the design consultant coordinate low voltage work with Quality Wiring, and provide just empty conduits and pull boxes as necessary for the work to be completed "by others" (Quality Wiring). Q38. What are the performance requirements for the WIFI system? A38. Please refer to response A37, above. Q39. What are the performance requirements for the security camera system? A39. Please refer to response A37, above. Q40. Suggest adding a program to fortify Spoil Island D. During Hurricane Irma, anchored boats were pulled over the Spoil islands and torpedo into docked boats at the Dinner Key Marina. Adding large riprap rubble to the Spoil Islands will help protect the Dinner Key Marina in storm events. A40. The City will be evaluating this coastal protection works as part of a future project. Q41. Add Alternate requires the replacement of approximately 66 concrete beam slabs (plans S-121, S-122, S-123, S-125, S-126, S-127, and S128). Between many of the beam slabs scheduled to be replaced are concrete bents (concrete beams) that are also scheduled to be repaired. May the contractor exercise and option to replace these damaged bents with new concrete bents? With the beam slabs gone, it is often easier and better to replace than repair. A41. Provide Additive Bid Alternative #8 to replacing bent caps in -lieu of repairing. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 13 Addendum No. 3 NC:S2L J RFP No. 18-19-005 /-CLARIFICATIONS: I % 1. A revised version of the RFP document is included as part of this addendum. F % 2. A revised version of the Bid Proposal form is included as part of this addendum. Even (,I though this form will be required from short-listed Proposers only, it is provided in advance to assist potential Proposers in selecting their team members. All updated documents can be downloaded at http://www.ci.miami.fl.us/MiamiCapitai/NewBidsandProaosals.html. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Design-Bulld Services for the Dinner Key Marina Repairs and Restoration Project 14 Addendum No. 3 RFP No. 18-19-005 Tau of i�tYtt RECEIVED Lr,.042018 ADDENDUM No. 4 KEARNS CONSTRUCT:01 GO, December 4, 2018 REQUEST FOR PROPOSALS No. 18-19-005 DESIGN -BUILD SERVICES FOR DINNER KEY MARINA REPAIRS AND RESTORATION PROJECT TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Proposals (RFP) and shall become an integral part of the proposal submitted and the Contract to be executed for Design -Build Services for Dinner Key Marina Repairs and Restoration Project, RFP No. 18-19-005 (the "Project"). Please note the contents herein and affix same to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. CLARIFICATIONS: 1. A new Specific Purpose Survey, prepared by Olin Hydrographic Solutions, Inc., dated 8/16/18, is included as part of this addendum. 2. Contrary to what is indicated on pages 52 and 53 of the RFP document, the Price Proposal Bond (Bid Bond) shall be submitted within the contents of Step 2 Proposal, Envelope 1, Technical Proposal. Step 2 Proposal, Envelope 2 must contain the Price Proposal Form, only. 3. All updated documents can be downloaded at httpifwww,ci.miami.fl. usiMiamiCapital/NewBidsandProposals.html. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami 4- SPECIFIC PURPOSE SURVEY UPLAND BOUNDARY SHEET KOY LOCATION SKETCH SHEET: MEET 3 SHEET• u9.6.TIPTON NPUMM: DI.a.OE.TYTl.T.r-I x.aSnTPeIar NEPIONE.TIN..... NM, Dam RDNO MACE NORTH INN' EAST ALONG MD sacn6N UNE FOR M.56 NM TOR MMIT NP�wpyry-a12TP02 TEC WO KW! 6EMONNI1166Era R10M 1NG OF ME N • P rESTEN0Cc •c„EAR.= E �a.1TIMRfRIV IMF �..v a- EMIR WON dr ,P l= I. DOMED CURVE, sub POINT IWGNG NORTHmRY EAST FROM THE RADIUS POINT OP MAP CURM THENCE ▪ TanSygEINr•sa•�• MC..c.rm 7°DR MmCF.i.canb TINMOH.. • En T=KW S RECORDEDTO TIN PLAT TRINEOP AS • BOOK M' AT PAGE 1 OP THE PURL REMODS OF MWm DADE • DAVE To THE LOT. cONCAVE TOT. NOIFIN.SE HAN. A RADIUS OF Mal FEET NM A CENTRAL ANGLE OF 1kTJ Ea/EH u]Ys�VIM FEB ENEM.T_ ;WMYY0Y .7 b TataFpET •�N .•71433MICY DID 71A-EATRRE..•T3T NNW LYN•E•_r, MST FOR TEN.71 PE. THENCE HORN WOW' WRIT FOR SBS55 RR: THENCE SOLIM Ns-n31' MET FOR US Mt TIRME NORTH IrSSTO. WM FOR ITS 72 R. THENCE NORTH CPO.. EAST FON DDSS FEET To NAM IN• . m,rn..a-20.+n Te1C1-w4 ME — .K.. „ ry.F SURVEY MO NUR IN FOUND !NNE HAUL RECORDS OF THIS =WHY GRAPHIC SCALE SURVEYORS CFMTFTGT ON; I HEMEIV ERTRYTRAT TOME BEST OF MY KNOWLEDGE AND 'MATHER CERTIFY ROMP THIIS..R.EY AEEETSRPOSE H O12 NSOi0PPISPTRUE . 5Ei FORTH ar THE G.. POMP OF PROFESSIONAL SURVEYORS AND MAPPERS, SET FORTH IN MADIER OP STATUES. RONDA ADMINISTRATIVE 030E, PURSUANT TO SECTOR!/1 D30 OP THE R CLIENT Moffatt a Nichol 2937 SW 27h AVENUE Suite ROTA Coconut Grove, Florida 33133 TIMOTHY M- MAYER, PSM License IWV72.1 I. MINA DEO. NMPOSESURVEY 1 DR PURPOSE DP MS SURVEY IS IS TO UPDATE LUSNNO TOPMINNIE DPW, PUNCH. Of OMER KEY MYRNA AND ME ADJACENT SUBMERGED LAND LEASE •110 UMBER T. ABM CROLND MTImHBUos 6PG!IISMTHEM ATH AME.aw Duff CF 1.RACIS ADJUSTMENT N MMEDIS1 FEM 10EEA.:r12000EE1121OEE`T ANAN RENEWAL DRTHM 01 vM IHAMM0 SW. DONE NAMND A BEARING CONVERSIONS .owmnm171.141/ O.oiwINNGSCCANe ERZERWSW. 2.24.42•MwMKANN. SHOWN NOON YUMAN° YE HOT COMOOLDEPIII1511WEANDMICCIAMENEMSIVE THE M...IET!Td.MK 105:Er MINYY_2100 m3TH. I/a!4E1E HAAR 4YF0 W 11.6V.'E".1rI v YT.M mop, uoT.wmnws.N.'m%.. Olin ff.drasr Ohlc Sant rn mc. 2900 Caftan St, Miami, Florida, 33133 Consulting Engineering. Surveying 3 Mopping and Environmental Senao, Pk. 009619-800 MFi.911.11I I. ass CA'T050 PROJECT DINNER KEY MARINA YURMY TITLE SPECIFIC PURPOSE EW SPECIFIC PURPOSE S UR VEY SUBMERGED LAND Tr Ir( w:- TY JY W ]• • tr art a4a .•d .12 xt ao-m 'I.Pt Y Art:au:. z.a-a t;••a• :wr n• wrn . .�• r[:a as yr :r. a[ a• N aY{ la3'n A1r:1+ Tiir A NLS. 49448 ECOic 31.30. PAGE 26C 1al.A1.11 CADE RECORDS PIT} C 1f rai f ai N!' Tra nnn-N .T'Tl •I Ka. holm... reYawar rasa ewa...r. w.-.m. �•ci. LIM WAWA ▪ .uaau m o.e.rnzra.1•AA_..�.a.iaorr ra n WIoeaa.amlarm P. ra•ep.u.r.•mm r ro:.rmud Minn LrA.Laaaalme. aUaaaa[owlw: ▪ w:.ipr^n��:�«r-...=.•��..-...c:.>• s.•.,�� ±M..-• ANA= 0.1/61.0.111WAT Br THE LAM AAA .1.11.1EVAND AUK. LSAS MADAM ALCM TM Mink, 0,111.111E Mr: panne nrwmnrro Y n.rmgregnmrr•op•rr..Gcq ATMi=Y • ur>a.Apan[m yAz...v. YSR..1A-ar0i a▪ -.rppnAwh.oaw�av � .ca�AZAA •fir 41.1.1 sa•wra. GRAPHIC SCALE CLIENT Moffatt A Nichol 2937 SW 271h AVENUE Suite 1a1A Coconut Grove, Florida 33133 Olin ?Ivan -Wapner S&Iatam Inc. 2900 Calton St. Miami. Florida, 33188 Consulting Engmeering. Surveying Mopping. and EnvironmentalServol n.aagsi}S00 Far COSNO 111 I3'ml CA' SRS0 PROJLCT DINNER KEY MARINA _IL{R' RT1l SPECIFIC PURPOSE SPECIFIC PURPOSE SURVEY UTILITY SURVEY iMI bM11.1lrIM • LemIMIMrINII▪ rnpl1K▪ momeme •. ! titi.aci+ w v ii-s4 ,t+ MATCH LINE SHEET 4 LEGE\ D • X Nc-nn • ANID Ally! W. S. • t_..E_ SAND lC ITC, atr-Imp - STREET UCTIT R •e - FIRE SERncE trl CROG_ TNANNONYL• • 1st • Nr • R'SFi L 1115 1(Nlt.S PEDESTAL TYP 1'1f1' X •t c - STREET UGNT HAND HOLE • pAd-IP- Pc -fa. LON' .AVL AL • CO - SANITARY CLEAN OUT X •c-unk USINONN 0R DAMAGED ELECTRICAL SERVICE O DMH o IIN-03 • d-Il IAACLII SISDAD7v L GRWND UGHTNIIH GRAPHIC SCALE Yoh AN CLIENT Moffatt d Nichol 2937 SW 2701 AVENUE Skits 101A Coconut Glove, Florida 33133 Olin Nydrographic Solution* Inc, 2900 C•luso. St, Miami. Florid„ 33133 C vltmg Engnnermg, Surveynng d Mopping and Environmental Service, Pha>LIN90l9-300 F•r lA5A0w,l LB •NA CA •o050 PROJECT DINNER KEY MARINA l0Rp1T TITLE SPECIFIC PURPOSE SPECIFIC PURPOSE SURVEY UTILITY SURVEY MATCH LINE SHEET 3 • ,..- • �•r fry•_ MATCH LINE SHEET 5 LEGE\D MY - NA1ER VALVE TYP, W X Nc-hh U. .tt-Imp • STREET UGHI • pp • Lot • LIGHT PEDESTAL TYP t' • N. • SNORE URI ' SERV. PEDESTAL TYP t'%1 X th-Ns • STREET LINT HAND HOLE • p•i-ID Di1kLTR:lry - . • O X e-unk . UNKNOWN OR DAMAGED ELECTRICAL SERNCE • DAM P IRG-CR • w'IVI IL1V1.*. Rea • tl g -I1 . GROUND UGHT GRAPHIC SCALE car.= CLIENT Moak i Nichol 2937 SW 27111 AVENUE SUI. 101A Coconut GIOV•, Florida 33133 011n Hydrographx Solutions, inc.. 2900 Caguas St. Miami. Florida. 33133 C l0ng E1glncrH,g..Allvrymgd Mapping and Environmental Sesvltb' Phac3rS ill -MIL Far 3O9lfP1111 La-7DA EA• PROJECT DINNER KEY MARINA 1 3Vil 17TEa SPECIFIC PURPOSE SPECIFIC PURPOSE SURVEY UTILITY SURVEY MATCH LINE SHEET 4 LEGE\D WATER VALVE TYP X • elc-ND - Ea-7.GL Iona ••32 • atr-Imp - 1" 1I vd• a fm - FIRE SEANCE • W - RLcllbc. Tau:DiDENER • I$ - ::24 ice, ti •+ • slw - EDRE UDCE UTY SEAN PEDESTAL TTP X a - e - STREET UIeIT HAND HOLE • pit-IP - PEDESTRIAN LIOIT PEDESTAL • CO - SANITARY GLEAN OUT X W1-unk - UNNNOTM OR DAMAGED ELECTRICAL SEANCE • MAP IPG-(P • god -It • DRAINAGE WA1NOLE - 3R3o10 caw - DPW. Lltx- GRAPHIC SCALE CLIENT Moffatt & Nichol 2037 SW 27th AVENUE Suite101A Ceeenl t Orele, Florida 33133 fiLelaakapiNL• S0llliwtx inn. 2900 Calum St, Marta, Florida 33133 f ulting ENgioeeruag, Survrymg d Mapping, and Enwronmento/Seme. More aGely-son Far CV54.1I11 t9-PM CA•4eS0 PROJECT DINNER KEY MARINA 50RPTY Tt7Es SPECIFIC PURPOSE SECTION 6 RFP RESPONSE FORMS 6.1. RFP INFORMATION FORM RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFP 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 RFP, and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: CAWS CoN 5TRucTjon) CoMPIk/IY Firm's Name zr�o SDrtN 541s-jorz( b -)v<rl SucTE Zo6S, MIAMI, FL 33133 Principal Business Address (3 os) ' - 0310 Telephone (3os) 4461 - 1892_ Fax 1'1(eQ( cf Ke4r"5 Comrc4le/l. Co E-mail address faf4 t • KokkoS Name CHIEF FINmNc-IAI.- OFFICER Title Exo- Authorized Signature Design-Build Services for the Dinner Key Marina 54 RFP No. 18-19-005 Repairs and Restoration Project CERTIFICATION REGARDING LOBBYING The undersigned certifies, to the best of his or her knowledge and belief, that: (1) No Federal appropriated funds have been paid or will he paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding or any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan, or cooperative agreement. (2) if any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents of all sub -awards at all tiers (including subcontracts, sub -grants, and contracts under grants, loans, and cooperative agreements) and that all sub - recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, United States Code. Any person who fails to file the required certification shall be subject to a civil penally of not less than $10,000 and not more than $100,000 for each such failure. Organization: Street address: (4145 COASTRJCTIoN CoitPpIY zSSo 5°uTH BAYsHoke- Dgivei 5oltE 2.068 City, State, Zip: C`)coNQT 61&oJE1 L. 3313 roH N KS. KCA R-105 Z. CERTIFIED BY tw ' print) eH ieF FI(J CIt L oppce-R T1 AC- isigna[un:) STATE OF COUNTY OF 6.1.a - CERTIFICATE OF AUTHORITY (IF CORPORATION) ) SS: ) I HEREBY CERTIFY that a meeting of the Board of Directors of KFARN S N$rgoCTICtI eohtP/ktkiY , a corporation existing under the laws of the State of FLORIDA , held on ZO , 20 1$ , the following resolution was duly G.F o. "RESOLVED, that aHN W. Kr'f}2 , as Panicles* of the Corporation, be and is hereby authorized to execute the Response dated, NOV EAAER 29 , 20 li , 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." passed and adopted: NavEMgtcit 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 2O ,day of NolltrM€el2 , 20 ISl . icif-j'''‘- Secretary: (SEAL) FAILURE TO COMPLETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY YOUR RESPONSE Design -Build Services for the Dinner Key Marina 55 RFP No. 18-19-005 Repairs and Restoration Project 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 (3) years. The City Manager shall also have the authority to suspend a contractor or design - builder from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Responses. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (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). Design -Build Services for the Dinner Key Marina 60 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Signature: Date: KEA2N5 C9NSTRocrroN Cc APY Nofeivi R. zo, zoi s *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Signature: Date: *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project Company Name: Signature: Date: k E to to ps r f NeERar i - z3 -lb TADDlTlONALLY, THIS FORM IS REQUIRED OF ALL. SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL_ BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Des#gn-build Services for the Dinner Key Marine 8 RFP No. 18-19.005 Repeirs and'Resfralien Project Company Name: Signature: Date: ,44 c. A-SvLTo ASSocsM ES , NC, I(-2X0-20!'' *ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENT'S TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina 61 RFP No. 18-19-005 Repairs and Restoration Project Y Signature: Company Name PENDer)T SAFerY con) SubrA'NrS Date: 2D 'ADDITIONALLY, THIS FORM IS REQUIRED OF ALL SUB CONSULTANTS LISTED ON THE RESPONDENTS TEAM AND FORMS SIGNED BY A REPRESENTATIVE OF EACH FIRM SHALL BE SUBMITTED WITH THE RESPONDENTS' RFP PACKAGE. Design -Build Services for the Dinner Key Marina Repairs and Restoration Project 61 RFP No 18-19-005 oittiticate atComptett This is to certify that 00. Charles Kearns Has completed HAZWOPER 40 HR Completion Date: 1112412018 Course Duration: 40,0 t t r 360training.com® 68111 N Capital of Texas Hwy. 5ulle 180 * AC6nn. TX 78731 • 877.881.2235 •}wroe.3801ralnrig.com M �c$ 15.25 ga18 E 25 415 a52 3 m E o €N g�s iP This certifies that the person named below successfully completed a E A i Charles Kearns (CUT HERE) HAZWOPER 40 HR co G E kdtttititate of Contott,? This is to certify that James Sullivan Has completed HAZWOPER 40 HR Completion Date: 11 /24/2018 Course Duration: 40.0 36Otraining. com ISHM 88O1 N CaDlial of Texas Hwy. Suite 188 r Austin. TX 78731 • 877.881.2235 ♦ w wr.368treinIng.Cam (CUT HERE) 113 � w ▪ a.3 n 57 E EC ifa 8 8 R m c ID!E 2111. E I f'S tag¢ VW s ▪ sS gq — — — — - (FOLD) - PER 40 HR co CT) � ▪ E 8 .611 • Vttiti at e ol! Comp,11, This is to certify that Penylane Alvarez Has completed HAZWOPER 40 HR Completion Date: 04/27/2018 Course Duration: 40.0 ISHM 360trainingocor, 6801 N Capital of Texas Hwy, Suite 150 • Austin, TX 78731 ♦ 877.881.2235 • www.360training.com • tp (CUT HERE) is a trademark of 360training.com, Inc O • E 8 C 00 a 1 This Card May Not Be Reproduced — - (FOLD) — — Penylane Alvarez HAZWOPER 40 HR 04/27/2018 Matthew Luman E 0 U Trainer Name The selected firm is required by State and/or Federal law to make representations and certifications listed in Section 2.0 — RFP Scope of Services ("Exhibit A") as part of the Proposal and Contract upon award. It is understood by the firm that the representations and certifications made herein are a part of the Contract and that, in addition to all other remedies provided by law, a false or fraudulent representation or certifications shall be a breach of Contract. The firm certifies by completing and signing below, that he or she has read Section 2.0 — RFP Scope of Services and the certified signature constitutes an endorsement and execution of each representation and certification as though each was individually signed. Please print the following and sign your name: KEARNS Co NSrRJ Cf oiJ comek J ( Firm's Name ZSrO Soo TH gPel S N62E 7 J vi E, So I TE Z06 Q, MIA M I, FL 33133 Principal Business Address (3t) 't61-03I0 Telephone (305) yh l .. 181Z Fax ,TKeaafts @ KeainsCoi s1Tuc-fiafk. COM E-mail address foHN (/3, KFiR-t S Name eNIEF Fi iiJctPt dFFICgR 1 Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 62 RFP No. 18-19-005 Repairs and Restoration Project RFP RESPONSE FORMS RFP NO. 18-19-005 I certify that any and all information contained in this RFP is true. I certify that this RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a RFP 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 RFP, and certify that I am authorized to sign for the Proposer's firm. I certify that I have accepted, evaluated and included as part of this RFP, all documents, forms, and attachments. Please print the following and sign your name: OARf15 COP sTRJCr10t CoI1PAN'l Firm's Name 2S o so"TH BPd HoRt= DRIVE, Sot TE 2066, (V 44 p , FL 33133 Principal Business Address Co?3) 141-o310 Telephone (WO LW" 189 Z Fax �V..ea (As G Kearns Colts-EtO cfion . conk E-mail address 1'orlN W KoirKNS 0- Name CNi�F rloANclAc. &r (cER Title ._ Authorized Signature FAILURE TO PROPERLY EXECUTE THESE REPRESENTATIONS AND CERTIFICATIONS MAY RESULT IN THE FIRM'S PROPOSAL BEING REJECTED. Design -Build Services for the Dinner Key Marina 63 RFP No. 18-19-005 Repairs and Restoration Project STATE OF FLORIDA ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared ,TORN N9. KEAN' S 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 Ordinance 13331 on behalf of Proposer Firm named therein in favor of the City. Subscribed and Sworn to before me this 1,o111 day of NDJC M a tt 20 I? . My commission expires: SEPrEM6ER. 2, ZoZ.I Notary Public, State of Florida at Large Bonded by flbxldQ 5uur 'Bnn"" i PENYLANE ALVAREZ State of Florida -Notary Public: Commission # GG 119248 My Commission Expires Septamber 02, 2021 Design -Build Services for the Dinner Key Marina 64 RFP No. 18-19-005 Repairs and Restoration Project CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: for Dinner Key Marina Repairs and Restoration Project BID NUMBER: RFP No. 18-19-005 DATE BID OPENED: December 6, 2018 TIME: 3:00 p.m. BIDDER BID TOTAL BID BOND (ER) AMOUNT CASHIER'S CHECK Dock and Marine Construction See attached See attached Marina Utilities See attached See attached Kearns Construction CO CGC See attached See attached F4- R u"Cy V,v"Jr � �riir eifli' III 'rl n„ m , "p �pa 1 }inn S +p o f'yn^r` w- k hµ f i in `) Received (3) bid(s) on behalf: Procur-ment City Dartmen PREPARED BY: Deputy City Clerk