Broward County Board of PNC2116532P1 County Commissioners 5

Bid Tabulation Packet for Solicitation PNC2116532P1

Consulting Services for Consolidated Facilities Maintenance Building at PEV

Bid Designation: Public

Broward County Board of County Commissioners

6

7/2/2018 BidSync p. 1 Broward County Board of PNC2116532P1 County Commissioners 5

BEA Architects, Inc.

Bid Contact Katie Evans Address 3075 NW South River Drive [email protected] Miami, FL 33142 Ph 305-461-2053 Qualifications MBE

Item # Line Item Notes Unit Price Qty/Unit Total Price Attch. Docs

PNC2116532P1--01-01 Consulting Supplier Product First Offer - 1 / contract Y Y Services for Code: Consolidated Supplier Facilities Notes: BEA Maintenance Architects Proposal Building at for Solicitation PEV PNC2116532P1 - Consulting Services for Consolidated Facilities Maintenance Building at PEV

Supplier Total $0.00

6

7/2/2018 BidSync p. 2 Broward County Board of PNC2116532P1 County Commissioners 5 BEA Architects, Inc. Item: Consulting Services for Consolidated Facilities Maintenance Building at PEV

Attachments BEA Architects Proposal for Solicitation PNC2116532P1 - Consulting Services for Consolidated Facilities Maintenance Building at PEV.docx

6

7/2/2018 BidSync p. 3 Broward County Board of PNC2116532P1 County Commissioners Solicitation PNC2116532P1 Broward County Consulting Services for Consolidated Facilities Maintenance Building at PEV J u n e 2 9 , 2 0 1 8

BEA Architects, Inc. Bruno-Elias Ramos, Principal-in-Charge 3075 NW South River Drive, Miami, FL 33142 [email protected] T: 305. 461. 2053 F: 305. 634. 0599

7/2/2018 BidSync p. 4 Broward County Board of PNC2116532P1 County Commissioners June 29 , 2018

Broward County Board of Commissioners Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

Re: Solicitation PNC2116532P1 - Consulting Services for Consolidated Facilities Maintenance Building at PEV

Dear Selection Committee,

It is with great pleasure that we submit our professional and technical qualifications for the Consulting Services for Consolidated Facilities Maintenance Building at PEV for Broward County. Our team provides you with a cohesive group of professionals offering full program planning, design, architectural, engineering, environmental surveying & testing, LEED verification, and construction administration services. Since its inception, BEA has provided this type of service to cities, ports and other various institutions worldwide such as: Port of Miami, Port Canaveral, Port Everglades, Port of San Diego, Port of Barcelona, BVI Port Authority, Port Authority of Tenerife, and the Panama City Port Authority on similar professional contracts.

Some of the services provided include: • Marine Terminal Planning and Design • LEED Sustainability Consultation • Urban Planning / Renewal / Feasibility Studies • Project Planning / Master Planning • Parks / Sporting & Recreational Facility Design& • Site Investigation / Evaluation Renovations • Streetscape & Infrastructure Design • Reports / Permit Preparation • Construction Administration / Construction Documents • Historic Preservation / Renovation • ADA/UFAS Upgrades and Code Compliance • Cost Estimating / Scheduling • Intermodal Center & Parking Facility Design • Design Drawings / Specifications

We are specially qualified to meet the challenges of this project with our long-standing experience in providing full architectural engineering services. Our team of sub-consultants, each excelling in their own discipline, will provide support in Structural Engineering by TLC Engineering for Architecture, Civil Engineering and Surveying by Keith and Associates, Environmental and Regulatory Consulting by The Chappell Group, LEED Certification consulting by The Spinnaker Group, Material and Soil Testing by Florida Engineering and Testing, and Mechanical, Electrical, and Fire Protection by Gartek Engineering Corporation. These firms have many years of experience in similar types of contracts, guaranteeing a seamless transfer of expertise and minimizing the learning curve. BEA Architects, Inc. and its consultant team are firmly and aggressively committed to meeting all budget and schedule requirements that are identified with and associated with this Contract.

The heart of our practice is a studio environment, in which we concentrate the full range of BEA’s skills, technology, and creativity into a dynamic concept that addresses every challenge of the project. We’ve learned how to build better and we bring that savvy into every new design. A diverse, talented, and experienced team of professionals uses the most advanced technology and tools to improve functioning, perform analyses, and deliver satisfying structures.

BEA architects understands the importance of the unique context of each community, bringing industry-specific knowledge as well as a finely-honed design and economic sensibility to our projects. Over two decades of high-profile planning, architecture, interior design, and project and construction management experience culminate in a portfolio of satisfied clients, which include transportation, port, maritime and seaport entities, municipalities, corporate, high-end residential, hospitality, food beverage, educational, religious and retail organizations.

1 | 7/2/2018 BidSync p. 5 Broward County Board of PNC2116532P1 County Commissioners

As a Florida-certified minority firm, the BEA team is an experienced and diversified group of professionals with an impeccable reputation for service. We believe the talent, hard work and enthusiasm of our team, attributes this proposal showcases, will allow our team to reach and exceed the requirements set forth in your Public Announcement. We also appreciate the importance of professional services to Broward County and Port Everglades and we and express our enthusiasm in maintaining a successful relationship with you.

Respectfully submitted, BEA Architects, Inc.

Bruno E. Ramos, AIA, GC, LEED AP Principal-in-Charge, Project Manager ber beai.com, beamarketing beai.com

2 | 7/2/2018 BidSync p. 6 Broward County Board of PNC2116532P1 County Commissioners PNC2116532P1 - Consulting Services for Consolidated Facilities Maintenance Building at PEV Table of Contents

1 A→ Ability of BEA Personnel...... 4 - 22

1 B → Ability of Sub-Consultants...... 23 - 90

2 A→ BEA Project Approach...... 91 - 97

2 B → Sub-Consultant Project Approach...... 98 - 115

3 A→ Past Performance...... 116 - 126

3 B → Agency Experience and Reference Verification Forms...... 127 - 138

4 → Firm Workload...... 139 - 141

5 → Vendor Location...... 142 - 144

6 → Willingness to Meet Time & Budget...... 145 - 146

7 → Volume of Previous Work...... 147 - 149

8 → Additional Documentation...... 150 - 159

3 | 7/2/2018 BidSync p. 7 Broward County Board of PNC2116532P1 County Commissioners

Tab 1 A Ability of BEA Personnel

4 | 7/2/2018 BidSync p. 8 Broward County Board of PNC2116532P1 County Commissioners BE A A r ch i tects , Inc.

firm profile awards & recognition BEA Architects, Inc., a world-renowned architectural design firm headquartered in Miami, has estab- lished a reputation as an innovative provider of leading-edge design solutions to corporations and AIA Merit Award of Excellence institutions worldwide. The reputation of the firm rests on its most important asset: its people, whose Florida International University energy, creativity and commitment point to even greater accomplishments in the decades to come. Graduate School of Business American Institute of Architects Established over 20 years ago, BEA Architects is an interdisciplinary firm providing planning, architec- 2016 tural, engineering and construction services. As transportation design specialists, the firm is renowned worldwide for its passenger terminals, port infrastructure, marinas and piers. BEA is increasingly in AIA Merit Award of Excellence demand for the design of urban waterfronts. The firm’s maritime proficiency results from years of ex- Turkmenbashi International Seaport Terminal American Institute of Architects perience working with ports, cruise lines and shipping lines, through which BEA has developed a keen 2016 understanding of the port industry and its operations. BEA’s expertise ranges from architectural services, master planning, schematic design, design de- AI Business Excellence Award for velopment, construction documentation and permitting to construction management. The pursuit of Architecture & Design - California Aquisition International excellence in design, through technology and in execution, underscores BEA’s commitment to quality. 2016 Central to the firm’s philosophy is the notion of design innovation, accomplished through the attention of direct senior personnel to design challenges and through the enthusiasm and passion the BEA team FEFPA Award of Merit brings to detailing and crafting a finished product. Ransom Everglades Aquatic Center Florida Educational Facility Planners Assoc. Experience, insight and education are key attributes that President Bruno-Elias Ramos, AIA, has com- 2015 piled over the years. Add that to his familiarity working around the world, and it’s a recipe for a successful international design practice. Ramos draws on more than 30 years of experience in his field and his The Chicago Athenaeum Award diversified background and leadership expertise ensures uncompromising professional service. His Florida International University work has extended to cruise terminals, parking garages, airports, railways, community centers, parks, Graduate School of Business sporting facilities, and much more. AmericanArchitectureAwards 2008 The firm has many years of successful experience in architectural and engineering contracts for seaports around the globe including: Port of Miami, Port Canaveral, Port Everglades, Port of San FEFPAAwardof Merit Diego, Port of Barcelona, BVI Port Authority, Port Authority of Tenerife, Panama City Port Authority, Florida International University Port of Miami Terminal Operating Company, Autorita Portuale di Savona, and the Maritime and Graduate School ofBusiness Florida Educational Facility Planners Assoc. Port Authority of Singapore, among others. 2008 Overall, at BEA, the core group of Principals and Associates take an active, hands-on role with each project, regardless of size, and are involved in every aspect of the design process from AIA Merit Award of Excellence conceptualization to owner occupancy. BEA’s design approach is collaborative in nature; working Port of Miami Terminals 3, 4 & 5 American Institute of Architects closely with clients, other team members and interest groups to find the most adequate alternative to a 2004 particular challenge. The BEA Team consists of the international talents of 40 employees, representing more than 20 dif- AIA Design Awards Finalist ferent nationalities. This diversity allows the firm to work with many design vocabularies, languages, Florida lnternational University Paul L. Cejas School of Architecture construction systems and cultural influences. Through a collaborative design approach, they arrive at American Institute of Architects solutions that take into account many influences, resulting in designs that are not pre-established but 2003 rather evolve during the design process. Moving forward, everyone at BEA Architects looks forward to the promises of tomorrow and are eager to help develop strategies and new technologies to meet and

exceed future challenges.

3 0 7 5 N W S o u t h R i v e r D r i v e

Miami, Florida 33142 P: 305.461.2053 / F: 305.634.0599 BEA Email: [email protected] a r c h i t e c t s 5 | 7/2/2018 BidSync p. 9 Broward County Board of PNC2116532P1 County Commissioners

a r c h i t e c t s 6 | 7/2/2018 BidSync p. 10 Broward County Board of PNC2116532P1 County Commissioners Bruno-EliasRamos,AIA,GC,NCARB,LEEDAP Design Principal-in-Charge, Project Manager Page 2 of 4

Galataport Seaport Cruise Terminal, Doğuş Holding, Istanbul, Turkey. BEA is the Architect-of- Record for this multi-phased fast-track implementation of a mixed-use public/private development as part of a 30- year concession overall project that is being developed by Doğuş Holding. The new Civic Center features a cruise ship terminal, a convention center, a retail mall and an open air Turkish market. The terminal is designed to handle 2 homeport cruise ships in addition to 2 port-of-call vessels to be built in 3 phases. The monumental 170,000 SF terminal sits at the corner of the entire complex. It plays an important role in supporting the retail and the market by directing pedestrians towards the revenue yet controlling security along the port area. Cruise Terminals 3, 4 & 5 and Related Retail Village, Royal Caribbean International, San Juan, Puerto Rico. Planning and design of fifth generation terminals able to accommodate three Eagle Class ships simultaneously. BEA handled the fill, permitting and preparation of the 24 acres necessary for the urban waterfront development and also designed, developed, and generated construction documents for the extensive mixed-use retail village and tri-level parking (2,200 vehicles). Port Canaveral Port-Wide Wayfinding & Signage, Canaveral Port Authority, Cape Canaveral, FL. BEA Architects is currently providing architectural design for a Port Canaveral Design-Build Project to construct a portwide wayfinding system including vehicular directional signs and gateway signs to be located within the project area. The project is currently in the Design Development stage and is due for completion in 2019. Shanghai Cruise Terminal & Commercial Center, Shanghai, China. The waterfront project is located in the center of Shanghai, opposite to the Pudong District on the Huangpu River. The brief calls for the design of a convention center, public park, 5-star hotel, and retail and office complex, as well as a state- of-the-art cruise terminal. BEA’s responsibility included the cruise terminal design and its interaction with adjacent programs. With berthing capacity for up to three vessels, the new terminal is the first of its kind in China. Several unique features — such as having a public park atop the terminal, and the addition of a sophisticated system of connectors and platforms to efficiently move passenger and luggage — were incorporated into the system. The cruise terminal and intermodal center will be located underground with glass skylights above to deliver natural light. The terminal, park, hotel, and retail village are envisioned to work in synergy and around-the-clock. Port Canaveral Disney Cruise Terminal, Canaveral Port Authority, Cape Canaveral, FL. As Principal- in-Charge and Design Architect, Mr. Ramos designed this fourth generation cruise terminal to provide passengers with entertainment at the time of their arrival. The terminal also includes state-of-the-art intermodal busing and luggage handling facilities, allowing passengers the ease of checking luggage once with the airline or hotel and routing it directly to a final destination. Port Canaveral Cruise Terminal No. 5 Upgrades, Canaveral Port Authority, Cape Canaveral, FL. Design, Construction Documents and CAD support for CM-at-Risk including existing cruise terminal renovations and 28,000-SF expansion, permitting the use of larger cruise ships and extending the life of the terminal for years into the future. Strong effort was placed into the design of updated pas- senger circulation, utilizing a new entry and an expansion of the second floor to accommodate an increase of passengers from 2,500 to 3,500. Major modifications included 70 general ticket counter stations and additional waiting area, as well as a state-of-the-art CBP processing area. The cruise terminal facility also includes a 1,044-space parking garage to facilitate pick-up and drop-off at the ground level, as well as a new connector bridge to the entrance, providing ease of access and cover from the sun and drenching summer rains, further expanding the efficiency of cruise operations. Port of Québec Cruise Terminal with Conference Space, Québec, Canada. Design of a third generation cruise terminal within a UNESCO World Heritage Site. Site improvements and a 55,000-SF, state-of-the- art homeport cruise terminal with Canadian customs facilities were designed into an existing abandoned building. Simultaneous embarkation and disembarkation of passengers. Since much of Québec’s cruise business is seasonal, conference rooms, and exhibition and restaurant spaces were added into the terminal’s design. A large check-in hall and luggage area allowed for the multiple uses. a r c h i t e c t s 7 | 7/2/2018 BidSync p. 11 Broward County Board of PNC2116532P1 County Commissioners Bruno-EliasRamos,AIA,GC,NCARB,LEEDAP Design Principal-in-Charge, Project Manager Page 3 of 4

Port Canaveral Cruise Terminals 6 & 7, Canaveral Port Authority, Cape Canaveral, FL. Mr. Ramos was responsible for the design of Cruise Terminals 6 & 7 as a “super megacruise terminal” able to handle up to 4,500 passengers. The facility accommodates two 1,500- to 1,600-passenger ships simultaneously, or one vessel of over 3,500 passengers. The design also integrates Cruise Terminal 5 directly adjacent to the site, an interface which will allow the complex to handle the “World City Ship,” a vessel planned to accommodate over 6,000 passengers. St. John’s Antigua Master Plan & Pier Extension, St. John’s, Antigua. BEA Architects was chosen to provide full architectural and engineering services and to complete Construction Documents for con- struction of the St. John’s pier extension, along with berthing and mooring structures. Design Services include Due Diligence Review of engineering documents and reports for existing cruise pier, as well as geotechnical report and environmental reports of the development area. BEA will complete Berthing Analysis, Mooring Line Load Analysis, Preliminary Dredging Analysis, 100% Construction Documents, probable estimate of Construction Cost, and outline Technical Specifications. The masterplanning scope of work will include developing a Master Plan for St. John’s Antigua Heritage Quay Waterfront District which will involve programming and best-use assessments of existing land parcels and new land reclamation. The Master Plan is to provide design initiatives for urban and marine development within the Heritage Quay area. Port of Alicante Cruise Terminal, Alicante, Spain. BEA’s work at the picturesque Port of Alicante in Spain was completed in two phases. After winning the Port of Alicante’s International Design Competition, BEA designed a new cruise terminal out of a two-story, 30,000-SF existing structure. The renovation includes the addition of public and private spaces as well as a new entry and façade. The firm contracted a local architect to oversee construction, which was completed in May 2003. Phase Two involved a master plan for the port, including infrastructure, for additional cruise terminals, an entertainment complex, retail center, and parking. Port Canaveral Cruise Terminal No. 10 Expansion & Roadway Traffic Studies, Canaveral Port Authority, Cape Canaveral, FL. BEA Architects provided Design, Construction Documents and Construction Administration through CM-at-Risk for an existing cruise terminal renovation and 41,000- SF expansions, planned for the use of larger cruise ships, and extended the life of the terminal for years into the future. Design efforts contributed to an updated means of circulation, utilizing a new entry, and an expansion of the second floor, enabling Cruise Terminal 10 to handle cruise ships as large as 4,500 passengers from the former 3,200-passenger capacity. Major modifications included a second level infill waiting area, additional east and west baggage lay-down areas, a new state-of- the-art CBP processing facility, and a 400’ passenger bridge extension. In addition to expanding the cruise terminal, BEA Architects was also part of the traffic studies and master plan preparation of roadway design that incorporated current and future traffic volumes in Port Canaveral. The purpose of this study was to propose solutions for adjusting the existing roadway network to accommodate the needs of the expanding cruise terminal capacities in Port Canaveral. The study involved setting up multiple camera locations to obtain traffic counts to each cruise terminal. BEA acquired informa- tion on quantities and time frames for shuttles, buses, provisioning trucks, taxis, limos, and P.O.V.’s, among others not accounted for with typical traffic count strips. This information was submitted into special video simulation software to find when and where pinch points formed in the current layout. While maximizing the existing infrastructure, BEA formulated the proposed master plan. The simula- tion was then run-over the proposed master plan to ensure continuous, free-flowing traffic that would accommodate the needs of the cruise terminal expansions of Port Canaveral. Barcelona Maritime Terminal, Creuers Del Port De Barcelona, Barcelona, Spain. An existing 2,000-SM metal warehouse was rehabilitated into a state-of-the-art, 4,000-SMcruise ship terminal. The refurbished complex includes a new intermodal facility, a small café, and an incidental duty-free retail shop. Clear stories and numerous skylights allow natural light to bathe the terminal’s interior. Mechanical and electrical systems were overhauled to serve baggage conveyor belts and a self-leveling passenger bridge accessed from a new passenger-boarding mezzanine level. a r c h i t e c t s 8 | 7/2/2018 BidSync p. 12 Broward County Board of PNC2116532P1 County Commissioners Bruno-EliasRamos,AIA,GC,NCARB,LEEDAP Design Principal-in-Charge, Project Manager Page 4 of 4

Mahogany Bay Cruise Site Development, Roatan, Honduras. Master planning and site development for a two-berth, western Caribbean cruise facility on 20 acres of Roatan Island waterfront adjacent to the resort of Coral Cay. Environmentally-friendly LEED features will be incorporated into the design. The terminal will be capable of accommodating super post-Panamax vessels and up to 7,000 passengers daily, and in five years is expected to host 225 cruise ship calls and 500,000 passengers annually. Included in the project is a 35,000-SF Welcome Center including retail shops, restaurants, and bars, along with a 60-foot-high lighthouse, a with cascading waterfalls, and a nature trail. A transportation hub with the ability to accommodate taxis, rental cars, and tour buses is also planned. The goal is to provide cruise ship guests with an unparalleled landside experience, with modern facilities and wide-ranging shore excursion options, along with opportunities to explore this fascinating and beautiful island. International Ferry Terminal, Maine Department of Transportation, Portland, ME. Design of a $12 million International Ferry Terminal with a team of marine and traffic engineers to determine the optimal berthing and vehicular staging layouts. The 3-acre “uplands” portion of site contains approximately 200 spaces for staged vehicles preparing to enter or leave the country. The interface of vehicle staging with Portland’s street system was also shepherded by BEA. The ferry terminal is divided into three separate structures: a 6,000-SF Receiving Station (the public facade at the head of the pier); a 14,000-SF, two- story terminal situated 300 feet out on a pier; and a Vehicle Inspection Facility with federal search rooms located in a remote corner of the staging lots. The new terminal structure is designed to sit on top of a new extension to the existing pier and is light-weight, making use of steel frames and cable bracing as well as composite materials. Parking for approximately 1,300 cars is handled in a combination of on-site and off-site facilities. Half Moone Cruise & Celebration Center, Norfolk, VA. Design of a landmark multi-use facility on downtown Norfolk’s waterfront. The $36 million complex eases vehicular congestion around the Nauticus Museum and Town Pointe Park. An 85,000-SF seashell-like building crowns a 50,000-SF new pier built over open water. The building is used for cruise and pocket-cruise vessels as well as for exhibition space and public events. Retractable walls, mobile fixtures, and concealed storage provide spatial flexibility. A new marina creates a focal point of cultural and recreational importance for the city. A concealed, specially- retracting bridge was devised to allow open river access to the marina while allowing port passengers to cross the marina to the new dock when needed. Port of Rome Cruise Terminal, Civitavecchia, Italy. BEA provided conceptual design and design development services for a three-story, 100,000-SF cruise terminal on a 5-acre site located 45 minutes from Rome. The cruise terminal serves Royal Caribbean International and can accommodate a variety of vessel types, including the Eagle Class ships. Long Beach Cruise Terminal, Parking Facility & Intermodal Center, Carnival Cruise Lines, Long Beach Harbor, CA. A new berth adjacent to historic HMS Queen Mary was created. The $44 million project, completed in 2003, involved reusing a portion of the largest aluminum geodesic dome in the world. A section of the dome was used for a modern cruise terminal with a unique check-in facility aboard the 65- year old ship. A 1,200-foot pier was built on piles 200 feet offshore. Dredging and related marine infrastructure improvements accommodate the full range of Carnival Cruise Line’s fleet. A 300-foot passenger bridge was added to accommodate tidal fluctuations and ship variations as well as American with Disabilities Act requirements. A new, 1,400-vehicle parking garage has been planned to allow parking for drive-in passengers. Its ground floor offers an efficient intermodal transfer facility for motor coaches, taxis, automobiles, luggage trucks, luggage trolleys, luggage, and passenger waiting areas. As part of the complex, a new energy plant building was designed to provide chilled water and steam to the entire 10- acre complex. Security and safety were a large consideration in planning the new facility. Roadway access, ingress and egress, and access for emergency and provisioning vehicles were a primary concern in the infrastructure design. B Street Cruise Terminal, San Diego, CA. Master planning and redesign of the existing terminal build- ing to provide sufficient square footage for passenger waiting/check-in and luggage claim; enhance the BEA interior layout and appearance; redirect passenger embarking and debarking route. a r c h i t e c t s 9 | 7/2/2018 BidSync p. 13 Broward County Board of PNC2116532P1 County Commissioners John Colao, AIA, GC, NCARB Senior Architect, QA/QC

experience

John Colao has 35 years of architectural experience, ranging from design to on-site construction management, and is expert in code requirements and coordinating a variety of engineering disciplines. As a Senior Architect and Senior Vice President of BEA, Mr. Colao manages large scale public and private sector projects involving cruise terminals, retail facilities and office buildings. Port of Tampa Cruise Terminal No. 3, Tampa Port Authority, Tampa, FL. Master planning, MEP engineering, structural engineering, construction documents, andinterior design services were provided for the 110,000-SF facility. Targeted to accommodate 3,000 passengers, the master plan for the terminal allowed for site development revolving around market demand. Moreover, phasing was coordinate dwith the U.S. Navy’s expected departure from an on-site training facility. PortMiami Cruise Terminals 3, 4 & 5, Miami, FL. Mr. Colao provided preliminary design, design development, construction documents, and construction administration for this $76 million renovation registrations project to accommodate two Legend Class ships or two Eagle Class ships simultaneously. Registered Architect: Florida Port Canaveral Cruise Terminals 6 & 7, Canaveral Port Authority, Cape Canaveral, FL. Mr. Colao AR 0007260 was responsible for the preliminary design and design development of Cruise Terminals 6 & 7 as a “super megacruise terminal” able to handle up to 4,500 passengers. The facility accommodates two Registered Architect: Louisiana 1,500- to 1,600-passenger ships simultaneously, or one vessel of over 3,500 passengers. The design 8414 also integrates Cruise Terminal 5 directly adjacent to the site, an interface that will allow the complex to handle the “World City Ship,” a vessel planned to accommodate over 6,000 passengers. General Contractor: Florida Port of Tampa Cruise Terminal Parking Garage, Tampa Port Authority, Tampa, FL. Mr. Colao was CG-C016746 the Project Architect for this new cruise terminal at the Port of Tampa. Master planning, MEP engineering, structural engineering, construction documents, and interior design services were NCARB Certification No. 19768 provided for the 110,000-SF facility. Targeted to accommodate 3,000 passengers, the master plan for the terminal must allow for site development revolving around market demand. Moreover, phasing Real Estate License: Florida must be coordinated with the U.S. Navy’s expected departure from an on-site training facility. SL 0348243 Cruise Terminals 3, 4 & 5 and Related Retail Village & Parking Facility, Royal Caribbean International, Port of San Juan, Puerto Rico. Planning and designing of fifth generation terminals education able to accommodate three Eagle Class ships simultaneously. BEA was responsible for fill, permitting, Bachelor of Architecture with and preparation of the 24 acres necessary for the urban waterfront development and also designing, Honors developing, and generating construction documents for the extensive mixed-use retail village and tri- University of Miami level parking (2,200 vehicles). 1972 Port Canaveral Disney Passenger Terminal, Canaveral Port Authority, Cape Canaveral, FL. In the role of Quality Control/Quality Assurance, Mr. Colao was involved with design development, professional affiliations construction documents, and construction administration for this fourth generation cruise terminal American Institute of Architects that provided passengers with entertainment at the time of their arrival. The terminal also includes state-of-the-art intermodal bussing and luggage handling facilities, allowing passengers the ease of checking luggage once with the airline or hotel and routing it directly to a final destination.

Distribution and Auto Services (DAS) Relocation & New Vehicle Service Facility, Port of Jacksonville, FL. BEA Architects is the Architect of Record for the $5 million DAS Relocation Project at the Port of Jacksonville. The project entailed construction of a 44,800-SF pre-engineered metal building and free-standing car wash facility. The design of the new vehicle service facility provides for Body and Paint Shop area inclusive of paint booth, Mechanical Shop for automobiles and truck service, Parts and Accessory Storage area, 18,000-SF open-bay provided with mechanical systems for specialized automobile processing services, and 7,200-SF allocated for Administration & Management Area inclusive of Toilets and Break Room. Passenger Terminals 9 & 10, Canaveral Port Authority, Cape Canaveral, FL. Mr. Colao managed the construction documents and construction administration for this two-story, 70,000- SFmultifunctional facility that can accommodate one 3,500-passengermegaship, or two, 1,600- BEA passengerstandardclass ships. a r c h i t e c t s 10 | 7/2/2018 BidSync p. 14 Broward County Board of PNC2116532P1 County Commissioners Armando Trujillo, RA, LEED AP BD+C Deputy Project Manager

experience

Armando Trujillo has over 32 years of experience as a registered architect, managing a wide variety of architectural projects with direct responsibility and accountability for day-to-day operations and performance of the project team. As a Senior Architect and the day-to-day Deputy Project Manager, Mr. Trujillo is responsible for assessing and verifying contractual compliance on projects. His experience includes aviation, marine, federal projects, higher education, hospitality and other commercial work. Wall of Honor, Miami-Dade Aviation Department, Miami International Airport, Miami, FL. BEA Architects was retained by the Miami-Dade Aviation Department to conduct complete architectural and engineering services for the Wall of Honor, a memorial created at the Miami International Airport’s North Terminal, that will honor members of the Armed Forces from South Florida that have died in the War on Terror since September 11, 2001. registrations Port Everglades Southport Phase IX, Miami, FL. BEA Architects provided planning, architecture, Registered Architect: Florida civil and environmental engineering, electrical engineering and surveying services for the design of a AR 0014721 new 23 +/- acre cargo container yard at Port Everglades Southport. The new container yard planned and designed by BEA is part of an integrated expansion of the Port Everglades Southport Master Registered Architect: Texas Plan which also includes expansion of the Southport turning notch, modifications to numerous exist- 10468 ing cargo yards now conducting cargo operations at Port Everglades Southport and re-alignment of McIntosh Road. The project involved extensive environmental assessment associated with storm water education management design. The proposed drainage system must conform to existing stipulated drainage Bachelor of Architecture requirements of Southport’s Drainage Master Plan as approved by Broward County and the State of University of Houston Florida Department of Environmental Protection, and as amended in the past and most recently 1979 amended for the construction of the new FEC’s Intermodal Container Transfer Facility (ICTF) imme- diately adjacent to the western parcel line of the new Southport Phase IX-B cargo yard. professional affiliations Miami International Airport Renovations, Miami-Dade Aviation Department, Miami, FL. BEA LEED Accredited Professional Architects provided architectural, interior design and contract administration services for improvements and renovations to existing landside and airside airport facilities, tenant build-outs and related services within MDAD operated facilities at MIA. BEA provided full range of A/E services ranging from space programming and schematic design, preparation of construction documents through management/

administration of construction contracts and project close-out. BEA provided on-site design support

to MDAD’s Maintenance Facilities Interiors Section. The project included oversight and Contract management for interior renovation of hotel rooms at Miami International Hotel. Space Program and Schematic Design for 3,000-SF interior renovation and build-out for new Immigration and Customs Enforcement (I.C.E.) suite at MIA Terminal E – Satellite. Space Program, Schematic Design, selection of interior finishes, fixtures and equipment (FF&E) for 5,000 SF build-out for new Customs Enforce- ment (I.C.E.) Suite at North Terminal, Suite 11508. Space Program, Schematic Design and FF&E services for new U.S. Customs and Border Protection (CBP) baggage inspection and handling system for arrival of international flights for MIA North Terminal.

St. John’s Antigua Master Plan & Pier Extension, St. John’s, Antigua. BEA Architects was chosen to provide full architectural and engineering services and to complete Construction Docu- ments for construction of the St. John’s pier extension, along with berthing and mooring structures. Design Services include Due Diligence Review of engineering documents and reports for existing cruise pier, as well as geotechnical report and environmental reports of the development area. BEA will complete Berthing Analysis, Mooring Line Load Analysis, Preliminary Dredging Analysis, 100%

Construction Documents, probable estimate of Construction Cost, and outline Technical Specifica- tions. The masterplanning scope of work will include developing a Master Plan for St.John’s Antigua Heritage Quay Waterfront District which will involve programming and best-use assessments of existing land parcels and new land reclamation. The Master Plan is to provide design initiatives for BEA urban and marine development within the Heritage Quay area. a r c h i t e c t s 11 | 7/2/2018 BidSync p. 15 Broward County Board of PNC2116532P1 County Commissioners Robert Draper, RA, NCARB Senior Architect

experience

Robert Draper is a highly experienced design professional and registered architect with over 15 years of hands- on experience in a wide variety of project types. Although Mr. Draper has been involved in a myriad of projects at almost every level, one of his areas of expertise includes marine, cargo and transportation facilities. On a daily basis, Mr. Draper will develop design concepts, provide cost estimating, prepare construction documents and specifications, as well as act as a general source of architectural knowledge. Port Canaveral Cruise Terminal No. 1 with Intermodal Center & Parking Facility, Canaveral Port Authority, Port Canaveral, FL. BEA Architects was the Architect-of-Record for the design-build of a state- of-the-art 190,000 SF passenger cruise terminal facility also includes a 1,000-space parking garage and Intermodal Center as well as a 1,400-foot-long berth facility. The facility is the first Oasis Class terminal designed and built from the ground up and includes state-of-the-art technology, seamless passenger flows with multiple embarkation and disembarkation. The terminal complex provides a landscaped public plaza, accented by a tensile sail structure for shade purposes, that connects the cruise terminal complex to nearby dining, shopping and entertainment options available to both cruise passengers as well as to crew members. The passenger waiting area has been located at the second floor of the terminal and is provided with a 200-foot-long north-facing glazed wall that provides panoramic views of Port Canaveral. registration PortMiami Cargo Area Gate Complex, Miami, FL. Design-build of a new cargo gate complex, including support Registered Architect: Florida infrastructure, for over 120 acres of land. The project includes wireless communications and video surveillance for AR96257 the entire 120-acre terminal facility. The project increases the Terminal Operating Company’s number of daily gate moves from a maximum of 1100 to 1800. The project includes a 16-lane high-tech gatehouse allowing all NCARB Certification No. 74968 transactions to occur at this remote facility. In addition, four of the 16 lanes are designed to be reversible, allowing POMTOC the flexibility to rapidly accommodate peak traffic flows. One hundred-foot-high radio antenna poles are located throughout the 120 acres, transferring pickup and delivery information to the top-loader operators. education Port Everglades Cargo Facility Yard, Fort Lauderdale, FL. Mr. Draper was involved with the design and construction document phases, construction administration, permitting and bidding for a 40-acre cargo facility yard. Bachelor of Architectural Design Phase I has involved installing a temporary office and two truck weighing scales. Once 12,000 linear feet of new Florida International University duct bank for modern, computerized communications was installed, a permanent 2400-square foot trailer was 2002 brought in. Twenty-two thousand square feet of ramps and concrete pits for up to five weighing scales were constructed along with two security checkpoints for inbound and outbound cargo trucks. The system for checking inbound and outbound traffic using cameras and computerized relay meets new Dept. of Homeland Security measures. Port Canaveral Cruise Terminal No. 5 Upgrades, Canaveral Port Authority, Cape Canaveral, FL. Design,

Construction Documents and CAD support for CM-at-Risk including existing cruise terminal renovations and 28,000-

SF expansion, permitting the use of larger cruise ships and extending the life of the terminal for years into the future. Strong effort was placed into the design of updated passenger circulation, utilizing a new entry and an expansion of the second floor to accommodate an increase of passengers from 2,500 to 3,500. Major modifications included 70 general ticket counter stations and additional waiting area, as well as a state-of-the-art CBP processing area. The

cruise terminal facility also includes a 1,044-space parking garage to facilitate pick-up and drop-off at the ground

level, as well as a new connector bridge to the entrance, providing ease of access and cover from the sun and drenching summer rains, further expanding the efficiency of cruise operations. Long Beach Cruise Terminal, Pier, Berth, Intermodal Center & Parking Garage, Carnival Cruise Lines, Long Beach, CA. A new berth adjacent to historic HMS Queen Mary was created. This $44 million project involved reusing a portion of the largest aluminum geodesic dome in the world (used to house Howard Hughes’s Spruce Goose) for a modern cruise terminal with a unique check-in facility aboard the 65-year old HMS Queen Mary. A 1,200-foot pier was built on piles 200 feet offshore. Dredging and related marine infrastructure improvements accommodate the full range of Carnival’s fleet. A new, 1400-vehicle parking garage was planned with its ground floor offering an efficient intermodal transfer facility, and sufficient parking revenue was assured. A new energy plant building was designed BEA for the 10-acre complex. a r c h i t e c t s 12 | 7/2/2018 BidSync p. 16 Broward County Board of PNC2116532P1 County Commissioners Adrian Price, RA, NCARB Senior Project Designer

experience Adrian Price is a Senior Project Designer with BEAArchitects who has been an essential team member of the firm for over 7 years and has led multiple projects in Antigua, Miami, Tortola, and San Diego, among others. Port Canaveral Cruise Terminal No. 6, Canaveral Port Authority, Port Canaveral, FL. Mr. Price was the BIM and CAD Production Manager for the design-build and state-of-the-art, 105,000-SF passenger cruise terminal. The two-story facility is designed to meet the comfort needs of passengers, is fully handicapped accessible and conforms to the technical and operational requirements of mega cruise ships -- the largest cruise ships in the industry that hold 5,000 passengers. Special attention was being given to passenger needs in an effort to enhance the overall cruise experience. For example, passengers approaching the terminal will be able to see cruise-related information on large LED display screens that are being incor- porated into the building facade. Passenger drop-off areas will have wide canopies to provide shelter from the sun and rain. The tall curtain wall in the lobby area will provide passengers with views of cruise ships, as well as bring natural light into the space. (included CBP facilities)

PortMiami Cargo Area Gate Complex, Miami, FL. Design-build of a new cargo gate complex, includ- registrations ing support infrastructure, for over 120 acres of land. The project includes wireless communications and Registered Architect: Florida video surveillance for the entire 120-acre terminal facility. The project increases the Port of Miami Terminal AR 97981 Operating Company’s (POMTOC’s) number of daily gate moves from a maximum of 1,100 to 1,800. The project includes a 16-lane high-tech gatehouse allowing all transactions to occur at this remote facility. In NCARB Certification No. 83552 addition, four of the 16 lanes are designed to be reversible, allowing POMTOC the flexibility to rapidly ac- commodate peak traffic flows. One hundred-foot-high radio antenna poles are located throughout the 120 education acres, transferring pickup and delivery information to the top-loader operators. (included CBP facilities) Master of Architecture St. John’s Antigua Master Plan & Pier Extension, St. John’s, Antigua. BEAArchitects was chosen to Florida International University provide full architectural and engineering services and to complete Construction Documents for construc- 2009 tion of the St. John’s pier extension, along with berthing and mooring structures. Design Services include Due Diligence Review of engineering documents and reports for existing cruise pier, as well as geotechnical Bachelor of Arts of report and environmental reports of the development area. BEA will complete Berthing Analysis, Mooring Architectural Studies [Honors] Line Load Analysis, Preliminary Dredging Analysis, 100% Construction Documents, probable estimate of University of Technology (Jamaica) Construction Cost, and outline Technical Specifications. The masterplanning scope of work will include Caribbean School of Architecture developing a Master Plan for St.John’s Antigua Heritage Quay Waterfront District which will involve 2005 programming and best-use assessments of existing land parcels and new land reclamation. The Master Plan is to provide design initiatives for urban and marine development within the Heritage Quay area. Galataport Seaport Cruise Terminal, Doğuş Holding, Istanbul, Turkey. BEA is the Architect-of-Record for this multi-phased fast-track implementation of a mixed-use public/private development as part of a 30- year concession overall project that is being developed by Doğuş Holding. Mr. Price provided CAD and BIM services for the new Civic Center that features a cruise ship terminal, a convention center, a retail mall and an open air Turkish market. The terminal is designed to handle 2 homeport cruise ships in addition to 2 port-of-call vessels to be built in 3 phases. The monumental 170,000 SF terminal sits at the corner of the entire complex. It plays an important role in supporting the retail and the market by directing pedestrians towards the revenue yet controlling security along the port area. B Street Cruise Terminal, San Diego, CA. Mr. Price provided CAD services for the master planning and redesign of the existing terminal building to provide sufficient square footage for passenger waiting/ check- in and luggage claim; enhance the interior layout and appearance; redirect passenger embarking and debarking route. BVI Pier Expansion Project, British Virgin Islands, Tortola. BEA Architects is providing architect and engineering services for the highly complex expansion of an existing pier facility to accommodate large cruise vessels. Mr. Price provided CAD and Revit BIM support to the architect and engineer team. Once 3D BIM models are reviewed and approved, AutoCAD 2D drawing files are extracted from the 3D BIM models and are shared with A/E design team members. Cape Liberty Cruise Terminal, Bayonne, New Jersey. Mr. Price provided CAD and BIM support to the Master Planning, Site Planning, Schematic Design for Royal Caribbean Cruise Line’s new $45 million, 106,000- Cruise Terminal and CBP facility, 1,300 space - five level parking garage structure, on-grade parking lot and Ground Transportation Area / Intermodal facility. The Cruise Terminal and Parking Garage facilities are being designed to achieve LEED Silver rating. The design of the Cruise Terminal and CBP areas conform to most recent Cruise Terminal Design Standards and CBP Minimum Physical Security Requirements as published by the Department of Homeland Security. The result is a streamlined CBP BEA facility that virtually eliminates redundancies inherent in previous terminals design. a r c h i t e c t s 13 | 7/2/2018 BidSync p. 17 Broward County Board of PNC2116532P1 County Commissioners Kyle A. Kincaid, M.Arch. Project Architect

experience Kyle Kincaid provides architectural design on a variety of BEA Architects maritime, parking and sporting facility projects. He is a project visualization designer with many years of experience throughout a wide spectrum of project types. On a daily basis, Mr. Kincaid will evaluate site conditions, conduct zoning re- search, develop design concepts, prepare construction documents, prepare presentations, and all while managing positive client relations and attending meetings with both clients and contractors. North Miami Museum of Contemporary Art (MOCA) Courtyard Improvements, North Miami, FL. BEA Architects is currently developing designs for North Miami’s Museum of Contemporary Art. The design includes pervious pavers that allow rainwater to seep into the earth and will eliminate ponding and flooding issues. Movable shading structures, modular seating and new planters are also in the works for MOCA’s overall renovation design. Port-Wide Wayfinding & Signage, Canaveral Port Authority, Cape Canaveral, FL. BEAArchitects is currently providing architectural design for a Port Canaveral Design-Build Project to construct a portwide wayfinding system including vehicular directional signs and gateway signs to be located within the project area. The project is currently in the Design Development stage and is due for completion in 2019. education Cruise Terminal No. 5 Upgrades, Canaveral Port Authority, Cape Canaveral, FL. Design, Construc- tion Documents and CAD support for CM-at-Risk including existing cruise terminal renovations and Master of Architecture 28,000-SF expansion, permitting the use of larger cruise ships and extending the life of the terminal for Florida International University years into the future. Strong effort was placed into the design of updated passenger circulation, utilizing 2014 a new entry and an expansion of the second floor to accommodate an increase of passengers from 2,500 to 3,500. Major modifications included 70 general ticket counter stations and additional waiting area, as well as a state-of-the-art CBP processing area. The cruise terminal facility also includes a Bachelor of Urban and 1,044-space parking garage to facilitate pick-up and drop-off at the ground level, as well as a new Regional Planning connector bridge to the entrance, providing ease of access and cover from the sun and drenching Florida Atlantic University summer rains, further expanding the efficiency of cruise operations. 2010 Port Canaveral Cruise Terminal No. 1 with Intermodal Center & Parking Facility, Canaveral Port Authority, Port Canaveral, FL. Construction Documents and CAD support for a design-build, state-of- the-art 190,000 SF passenger cruise terminal facility also includes a 1,000-space parking garage and Intermodal Center as well as a 1,400-foot-long berth facility. The facility is the first Oasis Class terminal designed and built from the ground up and includes state-of-the-art technology, seamless passenger flows with multiple embarkation and disembarkation. The terminal complex provides a landscaped public plaza, accented by a tensile sail structure for shade purposes, that connects the cruise terminal complex to nearby dining, shopping and entertainment options available to both cruise passengers as well as to crew members. The passenger waiting area has been located at the second floor of the terminal and is provided with a 200-foot-long north-facing glazed wall that provides panoramic views of Port Canaveral. Cruise Terminal No. 10 Expansion & Roadway Traffic Studies, Canaveral Port Authority, Cape Ca- naveral, FL. BEA Architects provided Design, Construction Documents and Construction Administration through CM-at-Risk for an existing cruise terminal renovation and 41,000-SF expansions, planned for the use of larger cruise ships, and extended the life of the terminal for years into the future. Design efforts contributed to an updated means of circulation, utilizing a new entry, and an expansion of the second floor, enabling Cruise Terminal 10 to handle cruise ships as large as 4,500 passengers from the former 3,200-passenger capacity. Major modifications included a second level infill waiting area, additional east and west baggage lay-down areas, a new state-of-the-art CBP processing facility, and a 400’ passenger bridge extension. In addition to expanding the cruise terminal, BEA Architects was also part of the traffic studies and master plan preparation of roadway design that incorporated current and future traffic volumes in Port Canaveral. The purpose of this study was to propose solutions for adjusting the existing roadway network to accommodate the needs of the expanding cruise terminal capacities in Port Canaveral. The study involved setting up multiple camera locations to obtain traffic counts to each cruise terminal. BEA acquired information on quantities and time frames for shuttles, buses, provisioning trucks, taxis, limos, and P.O.V.’s, among others not accounted for with typical traffic count strips. This information was submitted into special video simulation software to find when and where pinch points formed in the current layout. While maximizing the existing infrastructure, BEA formulated the proposed master plan. The simulation was then run-over the proposed master plan to ensure continuous, free-flowing traffic that would accommodate the needs of the cruise terminal BEA expansions of Port Canaveral. a r c h i t e c t s 14 | 7/2/2018 BidSync p. 18 Broward County Board of PNC2116532P1 County Commissioners Guadalupe Lira, M.Arch. Junior Project Designer

experience Guadalupe Lira provides architectural design support on a variety of BEA Architects maritime, parking and municipal facility projects. She is a project visualization designer with many years of experience using AutoCAD, Autodesk REVIT, Adobe InDesign/Illustrator/Photoshop, Rhinoceros, Ecotect Analysis, Opaque, Climate Consultant, Google SketchUp, Autodesk Maya throughout a wide spectrum of project types.

On a daily basis, Ms. Lira will conduct zoning research, prepare construction documents, develop design concepts, prepare presentations using computer assisted design (CAD) software, and all while managing positive client relations and attending meetings with both clients and contractors. IMG Crandon Park Tennis Center Renovation, Key Biscayne, FL. BEAArchitects is responsible for the new construction, expansion and improvements to the existing Crandon Park Tennis Center facility. Phase I scope includes a 5,000 seat Grandstand, locker rooms, fitness assessment rooms, physical therapy and hydrotherapy rooms, the NW Addition to the existing stadium as well as site and utility improvements. The site of the Crandon Park Tennis Center is a former dump site which ceased operations in 1977, pursuant to Florida Statutes and Florida Department of Environmental Protection regulations. As the proposed expan- sion and new construction work at the existing tennis center will have an impact on existing below-grade conditions associated with the former dump site, BEA has been leading a team of civil and environmental engineers through the process of assessing existing below-grade conditions as well as meetings and education negotiations with Florida Dept of Environmental Protection, South Florida Water Management District and Miami-Dade County DERM agencies. Salient among numerous innovative measures taken to design and Master of Architecture build new above- and below-ground infrastructure, BEA is implementing design of special foundations to Florida International University limit excavation of materials; providing passive as well as mechanical ventilation to manage methane gas and other below-grade emissions; encapsulating fill material below planned new structures, among others. 2014 The scope of work also includes upgrades to existing on-site utilities and storm drainage system, installation of sports lighting at all three new facilities. The Master Plan requires a multi-phased development in close

coordination with the Miami Open tennis tournament seasons. North Miami Museum of Contemporary Art(MOCA) Courtyard Improvements, North Miami, FL. BEA Architects is currently developing designs for North Miami’s Museum of Contemporary Art. The design includes pervious pavers that allow rainwater to seep into the earth and will eliminate ponding and

flooding issues. Movable shading structures, modular seating and new planters are also in the works for MOCA’s overall renovation design. Planning Services for Cruise Terminal No. 10, Canaveral Port Authority, Cape Canaveral, FL. BEA Architects provided Design, Construction Documents and Construction Administration through CM-at-

Risk for an existing cruise terminal renovation and 41,000-SF expansions, planned for the use of larger cruise ships, and extended the life of the terminal for years into the future. Design efforts contributed to an updated means of circulation, utilizing a new entry, and an expansion of the second floor, enabling Cruise Terminal 10 to handle cruise ships as large as 4,500 passengers from the former 3,200-passenger capacity. Major modifications included a second level infill waiting area, additional east and west baggage lay-down areas, a new state-of-the-art CBP processing facility, and a 400’ passenger bridge extension.

Port-Wide Wayfinding & Signage, Canaveral Port Authority, Cape Canaveral, FL. BEA Architects is currently providing architectural design for a Port Canaveral Design-Build Project to construct a portwide wayfinding system including vehicular directional signs and gateway signs to be located within the proj- ect area. The project is currently in the Design Development stage and is due for completion in 2019.

Port Canaveral Cruise Terminal No. 5 Upgrades, Canaveral Port Authority, Cape Canaveral, FL. Design, Construction Documents and CAD support for CM-at-Risk including existing cruise terminal renovations and 28,000-SF expansion, permitting the use of larger cruise ships and extending the life of the terminal for years into the future. Strong effort was placed into the design of updated passenger circulation, utilizing a new entry and an expansion of the second floor to accommodate an increase of passengers from 2,500 to 3,500. Major modifications included 70 general ticket counter stations and additional waiting area, as well as a state-of-the-art CBP processing area. The cruise terminal facility also includes a 1,044-space parking garage to facilitate pick-up and drop-off at the ground level, as well as a new connector bridge to the entrance, providing ease of access and cover from the sun and BEA drenching summer rains, further expanding the efficiency of cruise operations. a r c h i t e c t s 15 | 7/2/2018 BidSync p. 19 Broward County Board of PNC2116532P1 County Commissioners Duru Meric, M.Arch. Associate Project Designer

experience Duru Meric provides architectural design on a variety of BEA Architects maritime, parking, and municipal facility projects. She is a highly qualified project visualization designer with many years of experience using AutoCAD, 3Ds Max, Autodesk REVIT, Archicad, Adobe InDesign/Illustrator/Photoshop, and Google SketchUp throughout a wide spectrum of project types. Port of Istanbul, Turkey. BEA provided Design, CAD and BIM services for this new multi-phased mixed-use public/private development as part of a 30-year concession overall project that is being developed by Doğuş Holding. BEA Architects provided planning services for the new Civic Center that features a cruise ship terminal, a convention center, a high-end retail mall, hotels, and an open air Turkish market. The terminal is designed to handle 2 homeport cruise ships in addition to 2 port-of-call vessels to be built in 3 phases. The monumental 170,000-SF terminal sits at the corner of the entire complex with new innovative gangways designed to facilitate cruise ship debark and embark process, education along with equipment design for provisioning operations. It plays an important role in supporting the retail and the market by directing pedestrians towards the revenue yet controlling security along the Master of Architecture port area. An innovative design in traffic flow provides adequate parking for buses, taxis and private Virginia Tech vehicles. School of Architecture and Design 2015 Planning Services for Cruise Terminal No. 10, Canaveral Port Authority, Cape Canaveral, FL. BEA Architects provided Design, Construction Documents and Construction Administration through CM-at-Risk for an existing cruise terminal renovation and 41,000-SF expansions, planned for the use Bachelor of Architecture of larger cruise ships, and extended the life of the terminal for years into the future. Design efforts Izmir Institute of Technology contributed to an updated means of circulation, utilizing a new entry, and an expansion of the second Department of Architecture floor, enabling Cruise Terminal 10 to handle cruise ships as large as 4,500 passengers from the former Turkey 3,200-passenger capacity. Major modifications included a second level infill waiting area, additional 2011 east and west baggage lay-down areas, a new state-of-the-art CBP processing facility, and a 400 passenger bridge extension.

Port Everglades Southport Phase IX, Miami, FL. BEA provided planning, architecture, civil, and environmental engineering, electrical engineering, and surveying services for the design of a new 23 +/- acre cargo container yard at Port Everglades Southport. The new container yard planned and designed by BEA is part of an integrated expansion of the Port Everglades Southport Master Plan which also includes expansion of the Southport turning notch, modifications to numerous existing cargo yards now conducting cargo operations at Port Everglades Southport and re-alignment of McIntosh Road. The project involved extensive environmental assessment associated with storm water management design. The proposed drainage system must conform to existing stipulated drainage requirements of Southport’s Drainage Master Plan as approved by Broward County and the State of Florida Department of Environmental Protection, and as amended in the past and most recently amended for the construction of the new FEC’s Intermodal Container Transfer Facility (ICTF) immediately adjacent to the western parcel line of the new Southport Phase IX-B cargo yard.

St. John’s Antigua Master Plan & Pier Extension, St. John’s, Antigua. BEA Architects was chosen to provide full architectural and engineering services and to complete Construction Documents for construction of the St. John’s pier extension, along with berthing and mooring structures. Design Services include Due Diligence Review of engineering documents and reports for existing cruise pier, as well as geotechnical report and environmental reports of the development area. BEA will complete Berthing Analysis, Mooring Line Load Analysis, Preliminary Dredging Analysis, 100% Construction Documents, probable estimate of Construction Cost, and outline Technical Specifications. The masterplanning scope of work will include developing a Master Plan for St.John’s Antigua Heritage Quay Waterfront District which will involve programming and best-use assessments of existing land parcels and new land reclamation. The Master Plan is to provide design initiatives for urban and BEA marine development within the Heritage Quay area. a r c h i t e c t s 16 | 7/2/2018 BidSync p. 20 Broward County Board of PNC2116532P1 County Commissioners Duru Meric, M.Arch. Associate Project Designer Page 2 of 2

Port Canaveral Cruise Terminal No. 5 Upgrades, Canaveral Port Authority, Cape Canaveral, FL. Design, Construction Documents, and CAD support for CM-at-Risk including existing cruise terminal renovations and 28,000-SF expansion, permitting the use of larger cruise ships and extending the life of the terminal for years into the future. Strong effort was placed into the design of updated passenger circulation, utilizing a new entry and an expansion of the second floor to accommodate an increase of passengers from 2,500 to 3,500. Major modifications included 70 general ticket counter stations and additional waiting area, as well as a state-of-the-art CBP processing area. The cruise terminal facility also includes a 1,044-space parking garage to facilitate pick-up and drop-off at the ground level, as well as a new connector bridge to the entrance, providing ease of access and cover from the sun and drenching summer rains, further expanding the efficiency of cruise operations.

BEA a r c h i t e c t s 17 | 7/2/2018 BidSync p. 21 Broward County Board of PNC2116532P1 County Commissioners

RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY

STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN t ! MdM! M:11i 'idi, AA26001612 The ARCHITECT CORPORATION Named below IS CERTIFIED Under the provisions of Chapter 481 FS. Expiration date: FEB 28, 2019

BEAARCHITECTS, INC 3075 NW SOUTH RIVER DRIVE MIAMI FL 33142

ISSUED: 12/20/2016 DISPLAY AS REQUIRED BY LAW SEQ# L1612200001832

RICK SCOTT, GOVERNOR KEN LAWSON, SECRETARY

STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN t !M3Mi !i'i:\i'i3;, AROO The ARCHITECT Named below IS LICENSED Under the provisions of Chapter 481 FS. Expiration date: FEB 28, 2019

.... RAMOS , BRUNO E :at..!I . 3075 NW SOUTH RIVER DRIVE MIAMI FL33142 }.. :-

- , ... pi:11-

ISSUED : 1212012016 DISPLAY AS REQUIRED BY LAW SEQ# L1612200001778

BEA architects 3075 nw south river dr i v e , miami fl 3 3 1 4 2 w w w . b e a i . c o m tel: 30 5 . 4 6 1 . 2 0 5 3 extl00 fax: 3 0 5 . 6 3 4 . 0 5 9 9 AA 26001612 18 I 7/2/2018 BidSync p. 22 Broward County Board of PNC2116532P1 County Commissioners

ft SCO • GOVERN 0 Ki LAWSON. SEOR ARY

S1AlE OF FLORIDA. DEP R1iM[;Ni'f OF BU-SINESS ANO PROFESS.ID.IAL IRE.GUJ.LATION BOARD OF A,RCIHtm CTURE & IN'licRJIOR. DE S'IGN

ARQ007260 lil\a AF:C E:C T 1 Nameell b8low IS. LIGEINSE0 u ,r:Jer l he provisio of Chapter 48 t S. Ex· ra ·ar d : FE5 26, :l019

CO . ·, JOHN G ,19 E SHERlD\bi ST. APT, 105 DANIA BEACH H .

DISPLAY AS REQ ILJI RED BY LAW SE.Q . L16120400D12:1"'1·

RICK SCOTT, GOVERNOR MATILDE MILLER, INTERIM SECRETARY

STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE & INTERIOR DESIGN

The ARCHITECT Named below IS LICENSED Under the provisions of Chapter 481 FS. Expiration date: FEB 28, 2019

TRUJILLO, ARMANDO 7745 SW 52 COURT MIAMI FL 33143

ISSUED: 01/23/2017 DISPLAY AS REQUIRED BY LAW SEQ# L1701230000882

BEA architects 3075 nw south river dr i v e , miami fl 33142 www.beai.com tel: 305.461.2053 extl00 fax: 305.634.0599 AA 26001612 19 I 7/2/2018 BidSync p. 23 Broward County Board of PNC2116532P1 County Commissioners

STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITE CTURE & INTERIOR DESIGN

The ARCHITECT Named below IS LICENSED Under the provisions of Chapter 481 FS. Expiration date: FEB 28, 2019

DRAPER, ROBERT M 5410 NW 82 TERR LAUDERHILL

ISSUED: 02/08/2017 DISPLAY AS REQUIRED BY LAW SEQ # L1702080000702

20 | 7/2/2018 BidSync p. 24 Broward County Board of PNC2116532P1 County Commissioners

f

se he ,

BEA architects 3075 nw south river dr i v e , miami fl 33142 w w w . b e a i . c o m tel: 305.461.2053 extl00 fax: 305.634.0599 I AA 26001612 211 7/2/2018 BidSync p. 25 Broward County Board of PNC2116532P1 County Commissioners

BEA architects, Inc.

06/09/2015 06/09/2017

22 | 7/2/2018 BidSync p. 26 Broward County Board of PNC2116532P1 County Commissioners

Tab 1 B Ability of Sub-Consultants

23 |

7/2/2018 BidSync p. 27 Broward County Board of PNC2116532P1 County Commissioners

24 | 24 |

7/2/2018 BidSync p. 28 Broward County Board of PNC2116532P1 County Commissioners

Firm Profile

TLC Engineering for Architecture, Inc. (TLC) specializes in high-performance building design. Founded in 1955 and consistently ranked as one of the largest MEP and structural engineering firms in the country, TLC Engineering for Architecture, Inc. (TLC) is an industry leader delivering high-performance building design, consulting, energy, and commissioning services on a wide array of building types.

Headquartered in Orlando, Florida, TLC has offices across Florida in Jacksonville, Tampa, Miami, Cocoa, Deerfield Beach, Sarasota and Ft. Myers, along with offices in Nashville, Tennessee; New Orleans, Louisiana, Dallas, Texas and Philadelphia, Pennsylvania. Our team of 380+ professionals includes 100 PEs, 85 LEED Accredited Professionals and 30 ACG Registered Commissioning Authorities, along with energy management professionals, building energy modeling professionals, and certified specialists in indoor air quality, plumbing design, and security, technology, and control systems. Our portfolio of sustainable buildings includes 338 LEED certified projects, as well as projects earning certification from the Florida Green Building Coalition, Green Building Initiative, and the International Living Future Institute.

Structural Expertise – TLC develops structural solutions that are both creative and viable for a wide variety of building types, with particular expertise in structural analysis and design, threshold inspections and existing building evaluations and investigations. TLC has successfully addressed challenging project demands in the design of long span structures, unique pipe trusses and frames, exposed structures, industrial structures, short span bridges, and complex foundation systems. Computerized tools facilitate design and assist engineers with planar and three-dimensional structural analysis for design of steel, concrete, masonry and wood structures.

We apply our technical aptitude in a vast array of framing systems, including reinforced and post-tensioned concrete, structural steel, tilt-wall and concrete masonry bearing walls, to customize designs for clients and owners that meet project demands. Recognizing cost, schedule and constructability requirements and supporting the owners’ goals are part of our strengths that are continuously achieved through all project phases, from schematic design to construction.

With 63 years in designing to Florida’s coastal environment, we are experienced in building systems that address salt corrosion and excessive humidity conditions and designing for durability and building longevity. We understand that coastal design also requires a greater sensitivity to hurricane impact and results in a stronger consideration for emergency power and flooding concerns. TLC has designed many structures with enhanced Wind Storm Protection, several up to 205-mph with a 3-second wind gust, along with 100% redundancy of all critical infrastructure systems.

Sustainable Design Solutions – TLC incorporates concepts of sustainability into our structural engineering standards and practices for every building type. Our experienced structural engineering design team delivers high performance facilities and incorporates cost savings through sustainable design solutions, such as type of materials, skylights, overhands, windows, etc. We understand the principles of sustainable design and work with MEP engineers and architects to design buildings for adaptability, durability, and flexibility that can be used for decades. Port Experience

TLC’s in-depth port experience includes over 500 projects as Engineers of Record on port facilities and waterfront projects. TLC has worked successfully for Port of Miami, Canaveral Port Authority, Port of Jacksonville, Port of Tampa, Port Everglades, Port of New Orleans, Port of Galveston, and the U.S. Navy, as well as many cities and 25 | 7/2/2018 BidSync p. 29 Broward County Board of PNC2116532P1 County Commissioners

counties. TLC is very familiar with many types of facilities associated with ports including cruise, cargo, piers, wayfinding, recreation, hospitality, commercial, and industrial buildings. We specialize in delivering innovative engineering solutions that focus on constructability, ease of operation, ease of maintenance, cost-effectiveness, and sustainability. This experience has been invaluable in understanding Port Security and designing facilities to meet requirements for US Customs and Border Protection and other security measures.

In addition, TLC has extensive experience in airport terminals with similar operations including a $301 million South Terminal expansion and $180 million American Airlines terminal at Miami International Airport; $94 million Airside 1 & 3 expansion at Orlando International Airport, and a new 175,000-sf terminal at Fort Lauderdale- Hollywood International Airport.

Similar Experience

TLC’s Federal government design experience goes back nearly 60 years and provides a diversity of project facilities, such as, maintenance, operations, warehouses, training, hangars, administration, and many other building types. Some of TLC’s most prestigious clients include: Department of Defense including the U.S. Army Corps of Engineers (USACE) – Savannah, Mobile, Fort Worth, Louisville, and Norfolk Districts; DoDEA, Naval Facilities Engineering Command (NAVFAC); United States Department of Veterans Affairs (VA); General Services Administration (GSA); Department of Military Affairs (DMA); Federal Aviation Administration; Federal Emergency Management Agency (FEMA), and NASA. Projects have included various types of design and construction including new buildings, demolition, renovation and repairs related to multiple facility types such as military, commercial, industrial, and logistical. Projects have included: Avionics & ECM Shop at Homestead Air Reserve Base; Consolidated Warehouse Facility, Jacksonville; F-35 Fuel Cell Maintenance Hangar at Eglin Air Force Base; Motor Transportation/Communications Maintenance Facility at Camp LeJeune; and many others.

26 | 7/2/2018 BidSync p. 30 Broward County Board of PNC2116532P1 County Commissioners

GARY C. KRUEGER, PE, CM, LEED AP BD+C Principal in Charge & Sr. Structural Engineer

Gary is the Division Director in TLC's Cocoa office, as well as a Senior Structural Engineer. He joined TLC in 1988 with six years of prior experience and has risen through the firm to sit on the Board of Directors. He is intimately involved in developing new projects and clients for TLC and remains active through the design and construction process. Gary has a wide array of structural design experience and is particularly well versed in addressing wind loads requirements. His experience includes building analysis and design involving conventional structural steel, reinforced concrete, and precast concrete systems as well as foundations, high rise structures, long span space trusses, and prestressed concrete design, and challenging mat deep foundations. Gary also consults as a forensic engineer and is a Diplomat member of the American Board of Forensic Engineers. He also holds Florida Special Inspectors license and is a certified manager as recognized by the Education Institute of Certified Professional Managers. Selected relevant projects include: Michigan State University B.S., Civil Engineering Cruise Terminal 1 Design-Build, Port Canaveral, Florida 1983 Michigan State University New two-story cruise terminal designed to efficiently accommodate M.S., Structural Engineering simultaneous embark and debark operations. Facilities include 60 check-in 1983 desks, security screening, baggage handling, an information point, retail outlets, and a large seating area that can be converted into an entertainments venue. Years of Experience Structural systems include composite concrete, structural steel elevated decks TLC Years 29 and walkways supported by durable precast concrete tilt-up panels, a precast Prior Years 6 concrete deep pile foundation system, and an iconic sail feature at the entrance. Structural systems were specifically designed to accommodate the Port's Registrations coastal exposure and corrosive environment. Cruise Terminal 1 received 2015, PE FL # 40788 PE AL # 22948 ABC Central Florida Chapter, Excellence in Construction, Eagle Award for PE GA # PE034747 Interior Category. $50.5 million / 188,514 sf (with BEA) PE MA # 48792 PE TX # 102687 Port of Miami Cruise Terminals 3, 4, and 5, Miami, Florida PE VA # 0402051320 Structural design included Teflon membrane fabric “sails” that were incorporated PE MO # 2016006420 into the building’s roof structure supported by exposed long-span tubular PE NY # 096893 framing members and trusses. Designed new four-level parking garage and PE NC # 044953 glass-enclosed walkway connecting the terminal to the garage. (with BEA) Florida Special Inspector #1069

Certifications Port of Tampa Cruise Terminal 3, Tampa, Florida Certified Manager, Institute of New two-story, state-of-the-art passenger terminal home to Norwegian Cruise Certified Professional Managers Lines and Royal Caribbean Cruise Lines. $14 million / 105,000 sf (with BEA) Diplomate Member of American Cruise Terminal 2 Expansion, Galveston, Texas Board of Forensic Engineers Structural design support services for metal deck designed for the two-story LEED Accredited Professional expansion. $13.2 million / 60,000 sf (with BEA) Building Design + Construction, USGBC Cruise Terminal 5 Renovation, Port Canaveral, Florida Major upgrade and additions for cruise terminal to improve security clearance Professional Affiliations and processing and faster passenger check-in. Design includes modern finishes American Concrete Institute and elevated entry lobby addition with elevators and escalators, new 2nd floor (ACI) addition for security screening, new single story addition for baggage area, and American Institute of Steel new elevated passenger loading bridge. $22 million / 95,000 gsf (with BEA) Construction (AISC)

(continued) American Society of Military Engineers (SAME)

Page 1 27 | 7/2/2018 BidSync p. 31

Broward County Board of PNC2116532P1 County Commissioners

GARY C. KRUEGER, PE, CM, LEED AP BD+C Principal in Charge

Cruise Terminal 5 Parking Garage Design-Build, Port Canaveral, Florida Restrooms, security systems and areas outside new 700 car parking garage including Passenger Bridge and Terminal 5 access. $12.6 million (with BEA)

Cruise Terminal No. 5, Cape Canaveral, Florida This 2-story, 42,000 sf terminal was designed for the efficient embarkation and disembarkation of 1,400 passengers. Structural engineering and threshold inspection services were provided. The building features a unique triangular- shaped building with 30’ high column-less atrium, which required the design of long span structural steel roof trusses. $4.8 million (with BEA)

Cruise Terminal 5 Walkway Connector Bridge, Port Canaveral, Florida Redesigned foundation systems to accommodate revised lighting requirements, existing utilities, and surveyed site conditions for new elevated walkway connector between CT5 parking garage and CT5 entrance. (with BEA)

Cruise Terminal 8, Canaveral Port Authority CT8 contains 73,000-sf and features a 2-story atrium lobby, hospitality suite, customs, waiting area with play area for children, arcade, and observation deck. CT 8 is the home port for Walt Disney World’s Cruise Ship. $15 million (with BEA)

Port-Wide Wayfinding and Signage Design-Build, Port Canaveral, Florida Port-wide wayfinding system includes FDOT vehicular directional signs and gateway signs. Services include structural design and wind-load calculations for all signs and foundations mounted and/or suspended signage to confirm structural integrity of the designed support connection. $8 million

Cruise Terminal 10, Port Canaveral, Florida Structural design for new two-story cruise terminal. The 75,000 sf building features a canopied entrance leading to the lobby and ticketing hub, customs, a passenger loading platform, embarkation and debarkation areas, and administrative offices. Two separate sets of luggage facilities and customs stations enable it to serve as a double terminal.

Cruise Terminal 10 Wind Pressure Study, Port Canaveral, Florida Evaluate relative wind pressures between those that were used as the basis for the design of the original CT10 lobby windows and the relocated windows utilizing the current 2011 FBC wind pressure requirements.

Cruise Terminal 10 INS Addition, Port Canaveral, Florida New 7,000-sf addition designed to house INS. CBP functions and systems were modified to incorporate new baggage handling equipment. New emergency generator was added to meet emergency power requirements and high-efficiency HVAC systems were installed to support the addition. $3.4 million

Cruise Terminal 10 Security Screening, Port Canaveral, Florida Structural design for two 2,000 sf expansions at the east and west entrances to cruise terminal 10 to support additional TSA Security Screening procedures and queuing of passengers.

Cruise Terminal 4 Renovations/Additions, Port Canaveral, Florida Design of additional waiting lounge. 6,000 (with BEA)

Cruise Terminal 1 Baggage Handling, Port Canaveral, Florida Design integration of specialized baggage handling equipment developed by Ceres Vaculex at the Parking Garage, Conveyer belt by the Main Entrance and the X-ray room. 28 | 7/2/2018 BidSyncPage 2 p. 32

Broward County Board of PNC2116532P1 County Commissioners

CATHY G. TIEDGE, PE, LEED AP BD+C Senior Structural Engineer / Associate Experience Cathy has 29 years of experience providing structural design for expansion, renovation, and adaptive reuse projects. Her project experience covers healthcare, justice, entertainment and commercial projects across the country. She is technically proficient in all aspects of structural design. Cathy works closely with architects to develop structural solutions that fulfill the design vision. Throughout the design life of a project, Cathy maintains involvement by monitoring progress and assisting in maintaining the highest level of quality service. Selected relevant projects include:

Cruise Terminal 5 Renovation, Port Canaveral, Florida Major upgrade and additions for CT5 improved security clearance and processing and faster passenger check-in. Design includes contemporary modern finishes and elevated entry lobby addition with elevators and escalators, new 2nd floor Education addition for security screening, new single story addition for baggage area, and University of Central Florida new elevated passenger loading bridge. $ 22 million / 95,000 gsf B.S., Civil Engineering with Structural Emphasis Risk Takers Ranch Concours, Opalocka, Florida 1989 Multiple design packages expedites permitting and construction process for this mixed use facility that features an office building, event space, club house, and Years of Experience TLC: 3 years paddock with a race shop. $15.5 million / 75,000 sf Prior: 26 years

SAIA Terminal Renovation, Miami, Florida Registrations Field observations on two story building specifically to verify if load bearing walls PE FL 47763 are scheduled for demolition for their proposed renovations. Provided opinion on impact of removing existing walls to the overall structural integrity of the building. Certifications LEED AP BD+C, GBCI Broward Health Chris Evert Children's Hospital, Ft. Lauderdale, Florida Three major project construction phases include 5,000 sf expansion atop the Robinson Wing. Structural design work includes framing design for vertical expansion atop the existing Robinson wing and necessary penetrations through existing walls for interconnection of the new area with the adjacent existing 4th floor. $33 million / 101,778 sf

Cape Canaveral AFS Area 57 and LC 46, Cape Canaveral, Florida Design and construction of the refurbishments of Area 57 Buildings, Space Launch Complex 46 Mobile Access Structure (MAS), and other ancillary facilities operated by Space Florida, including forklift charging stations. $2.5 million

Deeridge Farms Maintenance Facility, Wellington, Florida Mechanic shop with back-up generator, office space, open lean storage, work- bay, greenhouse buildings, aggregate bins and temporary shed with plumbing and electrical. $1.5 million / 11,600 sf

Special Operations Command South Renovations, Homestead, Florida Renovations to Hanger 741 and the installation of air conditioning at Building 315.

University of Miami Richter Library Breezeway, Coral Gables, Florida Provided wind pressures for the proposed storefront elements and designed new masonry knee walls to support the storefront, new slab on grade, and supplementary structural framing to support the new motorized overhead coil rollup door.

29 | 7/2/2018 BidSync p. 33 Broward County Board of PNC2116532P1 County Commissioners

30 | 7/2/2018 BidSync p. 34

Broward County Board of PNC2116532P1 County Commissioners Business Tax Office Business Tax Receipt nd 150 NE 2 Ave. 2017-2018 Deerfield Beach, FL 33441 License Number: 18-00022974 Pho ne: (954)48 0-4333 E-mail: web.btr@dee rfield-beach.com Deerfield Bc.Kh Date Issued: 9/28/2017 Horidt1 Expires: 9/30/2018

TLC ENGINEERING FOR ARC HIT INC Classification: BUSINESS OF FICE/AGENT OR AGENCY 800 FAIRWAY DR 250 Busi ness Location: 800 FAIRWAY DR Service(s) : ENGINEERING CONSULTING OFFICE DEERFIELD BEACH FL 33441 Con trol Number: 0173250

I Tax Amount:$ 117.60 I Add. Fees: $ 124 .20 I Penalty: $ 0.00 I Total Amount Paid: $241.80

Notice: Th is Tax Rece ip t becomes NULL and VOID if ownership , business name, or address changed. Business owner must a p p ly to Bus iness Tax Office for Transfe r .

31 |

7/2/2018 BidSync p. 35

Broward County Board of PNC2116532P1 County Commissioners THESPINNAKERGROUP Project Certifications To-Date:

6 69 47 11 2 THE LEADERS IN LEED · USGBC Proven Provider © · Fast Track LEED Certification Available · Customized LEED Design Charettes · AIA & GBCI Continuing Education Provider · Contractor Credit Facilitation

SEASONED INDUSTRY EXPERTS · Over 130 LEED Certified Projects To-Date · Over 200 Projects In-Progress · Professional Engineers & Architects · Licensed Building Commissioners · LEED APs; BD+C, ND, CI, EBO+M, WELL APs, SITES, JOE DIMAGGIO Living Future & LBC, FGBC, National Green Building

Standard · CSI, CDT, BEMP, PX, BN, CMC Certifications · LEED Fellows, LEED Faculty, WELL Faculty VALUABLE, PROVEN RESULTS LEED Certified Projects are Proven To: · Increase · Lower Energy Costs · Increase Lease Rates and Leasing Velocity · Increase in Market Value · Competitive pricing for all Green Building and LEED related services AWARD WINNING · USGBC South Florida Chapter, Gala Verde Most Outstanding LEED Project Award Winners · USGBC South Florida Chapter, Firm of the Year Award · ULI Project of the Year · 2013 South Florida Business Journal “Business of the Year” · 2013 AIA Palm Beach “Consulting Firm of the Year” · 2013 Sustainable Florida “Best Practices” Award "The Spinnaker Group's work in sustainable architectural design has led to some of the most beautiful and compelling buildings in the world that reduce their environmental impacts, while 32 | 7/2/2018 saving owners on operational costs" - RobBidSync Hink, Principal p. 36

Broward County Board of PNC2116532P1 County Commissioners

3236 Huntington | Weston, FL 33332 [email protected] | P: 754.800.3100

J O E F L EM IN G, P E, L E E D A P BD+ C, B E M P R O LE IN C O NT R A CT : S E NI O R C O M M I S S I O NI NG A G E NT A ND E NE RG Y M O D E L E R

YE ARS OF EXPERIENCE: 11 YEARS OF EXPERIENCE AT SPINNAKER: 7 EDUCATION: Bachelors of Science, Mechanical Engineering, University of Florida PROFESSION AL LICENSES: Florida Professional Engineer (73116) LEED AP Building Design + Construction (10123016-AP-BD+C) PROFESSION AL AFFILI ATIONS: USGBC

KEY QUALIFICATIONS Joe Fleming, PE, LEED AP, and Building Energy Modeling Professional, is a Commissioning Agent and Energy Modeler at The Spinnaker Group; a firm that has been involved in the design of over 130 LEED certified projects and is currently involved in more than 200 LEED projects, both locally, nationally and internationally. The firm has also provided commissioning services on more than 500 million square feet of buildings. Joe has over 11 years of mechanical design experience and construction administration experience to back up his 6+ years of Commissioning experience. His experience includes commissioning many complex HVAC systems, HVAC and lighting controls, as well as renewable energy systems and water cisterns. He also has over 7 years of energy modeling experience and has modeled dozens of complex buildings and systems for LEED certifications. The models are also used to assist the owner and design team in making early design decisions. He is proficient with numerous energy modeling software platforms including; Carrier HAP, eQuest, Trane Trace, Energy Plus, FLACOM Energy Gauge, and Visual DOE.

RELEVANT EXPERIENCE Port Everglades Cruise Terminal 25: Building Commissioning Agent for this 143,717 sq ft passenger cruise terminal for Broward County that is currently pursuing LEED Certification to be completed in 2018. Miami Beach Property Management Facility: Building Commissioning Agent for this 17,500 sq. ft. property management facility for the City of Miami Beach that achieved LEED Gold certification in 2016. FLL Concourse A: Building Commissioning Agent and Energy Modeler for this 260,556 square foot, Broward County, Fort Lauderdale-Hollywood International Airport concourse that is currently pursuing LEED Certification to be completed in 2018. Royal Caribbean Innovation Lab: Building Commissioning Agent for this 20,000 square foot innovation lab in the Port of Miami for Royal Caribbean Cruise Lines that serves as a design and mock up facility and achieved LEED Silver certification in 2017. Port of Miami Cruise Terminal E: Building Commissioning Agent for this 10,837 square foot Port of Miami Cruise Terminal that is currently pursuing LEED Silver certification in 2018. Seaboard Marine: Building Commissioning Agent and Energy Modeler for this 16,100 square foot ship maintenance and repair facility at the Port of Miami that is currently pursuing LEED Silver certification in 2018.

33 | 7/2/2018 BidSync p. 37 Broward County Board of PNC2116532P1 County Commissioners

3236 Huntington | Weston, FL 33332 Jonathan Burgess | [email protected] | P: 954.347.0967

JO N A T H A N BURG E S S , R L A, L E E D A P , BD+ C / ND R O LE IN T HI S C O NT R A CT : V I C E P R E S I DE NT , S U S T AI N AB L E O P E RA T I O NS , L EE D P RO J E CT M AN A G E R

TOT AL YEARS EXPERIENCE: 13 YEARS EXPERIENCE CURRENT FIRM: 6 EDUCATION: University of Rhode Island, Bachelor of Landscape Architecture PROFESSION AL LICENSES: RLA (LA6667220); LEED Faculty, LEED Fellow, LEED AP Building Design + Construction (10157149-AP-BD+C), LEED AP Neighborhood Design (10157149-AP-ND); WELL AP PROFESSION AL AFFILI ATIONS: USGBC, ULI, ASLA

KEY QUALIFICATIONS Jonathan oversees the Sustainability Division's vision, mission and overall direction while leading, mentoring, planning and evaluating the work of all project managers. His firm has been involved in the design of over 130 LEED certified projects and is currently involved in more than 200 LEED projects, both locally, nationally and internationally. Jonathan was the LEED Project manager on the first LEED ND (Neighborhood Development) project in the City of Miami; the Miami Design District and has managed over two dozen (Building Design + Construction (BD+C) projects since joining The Spinnaker Group. Jonathan is also the Immediate Past Chair of the USGBC Florida-Caribbean Region and is currently a member of both the Chapter Steering Committee and the LEED Location & Transportation Technical Advisory Group. Jonathan is also the youngest LEED Fellow in USGBC, a LEED Faculty and WELL Faculty member, teaching courses for both programs.

RELEVANT EXPERIENCE Port Everglades Cruise Terminal 25: LEED Project Manager for this 143,717 sq. ft passenger cruise terminal for Broward County that is currently pursuing LEED Certification to be completed in 2018. Ravenswood Bus Maintenance Facility: LEED Project Manager for this 50,849 square foot, Broward County bus maintenance facility that achieved LEED Gold certification in 2016. FLL Concourse A: LEED Project Manager for this 260,556 square foot, Broward County, Fort Lauderdale- Hollywood International Airport concourse that is currently pursuing LEED Certification to be completed in 2018. Royal Caribbean Innovation Lab: LEED Project Manager for this 20,000 square foot innovation lab in the Port of Miami for Royal Caribbean Cruise Lines that serves as a design and mock up facility and achieved LEED Silver certification in 2017. Port of Miami Cruise Terminal E: LEED Project Manager for this 10,837 square foot Port of Miami Cruise Terminal that is currently pursuing LEED Silver certification in 2018. Seaboard Marine: LEED Project Manager for this 16,100 square foot ship maintenance and repair facility at the Port of Miami that is currently pursuing LEED Silver certification in 2018.

34 | 7/2/2018 BidSync p. 38 Broward County Board of PNC2116532P1 County Commissioners

3236 Huntington | Weston, FL 33332 [email protected] | P: 954.347.0967

RO B H I NK , L EED A P, B D + C / OM /N D R O LE IN CO N T RA C T : P RI NCI P A L I N CHA RG E

YE ARS OF EXPERIENCE: 31 YEARS OF EXPERIENCE AT SPINN AKER: 14 EDUCATION: US Naval Academy, BS Mechanical Engineering PROFESSION AL LICENSES: LEED AP PROFESSION AL AFFILI ATIONS: USGBC LEED Faculty OTHER CERTIFICATIONS: LEED Fellow, LEED Faculty, LEED AP Building Design + Construction (66512-AP-BD+C) LEED AP Operations + Maintenance (66512-AP-O+M) LEED AP for Neighborhood Development (66512-AP-ND)

KEY QUALIFICATIONS Rob Hink, LEED AP, BD+C/OM/ND is the Principal and Senior Vice President at The Spinnaker Group; a firm that has been involved in the design of over 130 LEED certified projects and is currently involved in more than 200 LEED projects, both locally, nationally and internationally. The firm has also provided commissioning services on more than 500 million square feet of buildings. Rob is a Past President of the USGBC South Florida Chapter and has achieved the prestigious title of USGBC LEED Faculty. Rob has been involved with USGBC governance for more than 8 years. Rob has more than a decade of full-time green-design and commissioning experience, and more than 25 years’ experience in facilities management, project management and energy management, and control systems. After graduating from the US Naval Academy with a BS in Mechanical Engineering, Rob spent the first eight years of his professional career in the United States Navy nuclear power program serving in the submarine force and acquiring extensive experience in power generation, mechanical and electrical systems, and leadership expertise. After leaving the Navy, Rob taught HVAC and Electrical Theory at the collegiate level.

RELEVANT EXPERIENCE Port Everglades Cruise Terminal 25: Principal LEED Consultant for this 143,717 square foot passenger cruise terminal for Broward County that is currently pursuing LEED Certification to be completed in 2018. Ravenswood Bus Maintenance Facility: Principal LEED Consultant for this 50,849 square foot, Broward County bus maintenance facility that achieved LEED Gold certification in 2016. FLL Concourse A: Principal LEED Consultant for this 260,556 square foot, Broward County, Fort Lauderdale-Hollywood International Airport concourse that is currently pursuing LEED Certification to be completed in 2018. Royal Caribbean Innovation Lab: Principal LEED Consultant for this 20,000 square foot innovation lab in the Port of Miami for Royal Caribbean Cruise Lines that serves as a design and mock up facility and achieved LEED Silver certification in 2017. Port of Miami Cruise Terminal E: Principal LEED Consultant for this 10,837 square foot Port of Miami Cruise Terminal that is currently pursuing LEED Silver certification in 2018. Seaboard Marine: Principal LEED Consultant for this 16,100 square foot ship maintenance and repair facility at the Port of Miami that is currently pursuing LEED Silver certification in 2018.

35 | 7/2/2018 BidSync p. 39 Broward County Board of PNC2116532P1 County Commissioners

Florida Board of Professional Engineers 2639 North Monroe Street, Suite B-112 Tallahassee, FL 32303-5268

THe Spinnaker Group Management, Inc. 3236 HUNTINGTON WESTON, FL 33332

· ------

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: [email protected]. Our website address is http:/ /www.fbpe.org.

Expiration: Audit No: 228201904037 R 7/2/2018 BidSync p. 40 L.....------36 1 36 |

Broward County Board of PNC2116532P1 County Commissioners

GREEN BUILDING CERTIFICATION INSTITUTE CERTIFIES THAT

Jonathan Burgess

HAS ATTAINED THE DESIGNATION OF

LEED ACCREDITED

PROFESSIONAL

with a Building Design + Construction Specialty

by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED® Green Building Rating System™. 10157149-AP-BD+C

CREDENTIAL ID

09 AUG 2010

ISSUED

08 AUG 2018

VALID THROUGH GAIL VITTORI, GBCI CHAIRPERSON MAHESH RAMANUJAM, GBCI PRESIDENT

37 | 37 |

7/2/2018 BidSync p. 41

Broward County Board of PNC2116532P1 County Commissioners

GREEN BUILDING CERTIFICATION INSTITUTE CERTIFIES THAT

Jonathan Burgess

HAS ATTAINED THE DESIGNATION OF

LEED ACCREDITED

PROFESSIONAL

with a Neighborhood Development Specialty

by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED® Green Building Rating System™. 10157149-AP-ND

CREDENTIAL ID

18 AUG 2010

ISSUED

08 AUG 2018

VALID THROUGH GAIL VITTORI, GBCI CHAIRPERSON MAHESH RAMANUJAM, GBCI PRESIDENT

38| 38 |

7/2/2018 BidSync p. 42

Broward County Board of PNC2116532P1 County Commissioners

GREEN BUSINESS CERTIFICATION INC. CERTIFIES THAT Joe Fleming

HAS ATTAINED THE DESIGNATION OF

LEED AP® Building Design + Construction

by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program.

10123016-AP-BD+C

CREDENTIAL ID

17 FEB 2010

ISSUED

16 FEB 2018

VALID THROUGH GAIL VITTORI, GBCI CHAIRPERSON MAHESH RAMANUJAM, GBCI PRESIDENT

39 | 39 |

7/2/2018 BidSync p. 43

Broward County Board of PNC2116532P1 County Commissioners

GREEN BUSINESS CERTIFICATION INC. CERTIFIES THAT Robert Hink

HAS ATTAINED THE DESIGNATION OF LEED AP® Building Design + Construction

by demonstrating the knowledge and understanding of green building practices and principles needed to support the use of the LEED green building program.

66512-AP-BD+C

CREDENTIAL ID

30 OCT 2009

ISSUED

28 OCT 2019

VALID THROUGH

MAHESH RAMANUJAN PRESIDENT & CEO, U.S. GREEN BUILDING COUNCIL PRESIDENT & CEO, GREEN BUSINESS CERTIFICATION INC.

40 | 40

40 |

7/2/2018 BidSync p. 44

Broward County Board of PNC2116532P1 County Commissioners

Keith and Associates, Inc. (KEITH) was incorporated as a Florida corporation in 1998. As a mid-size closely-knit firm, we provide civil engineering, traffic engineering, surveying and mapping, subsurface utility engineering, planning, landscape architecture, construction management and virtual design and construction services. The firm was founded on the principal of achieving success by combining the latest technology with client oriented business practices, and a staff of experienced and talented professionals.

The firm’s team of experts has extensive past and ongoing experience with both large-scale private and public sector projects. Our staff combines the technical work experience of over 100 professionals, each with an extensive working knowledge of local and regional projects. This convergence of experience has resulted in the development of a tremendous database of knowledge and information concerning local, past and ongoing projects, which is an invaluable asset we can provide to our clients.

KEITH understands the importance of community involvement and the necessity of working with local, state, and federal agencies in a hands-on cooperative manner to build consensus and receive subsequent approval of highly sensitive projects. This approach represents an underlying philosophy of the firm which results in a quality product, with emphasis on scheduling and cost effectiveness through team oriented management and quality control.

The professionals of KEITH continue to take great pride in the success of their undertakings. We look forward to the opportunity to provide you professional services.

CIVIL ENGINEERING KEITH has extensive experience in providing professional services required for the development or redevelopment of land including the permitting, design, coordination and construction of roadway / parking area(s), stormwater, potable water, utility, and wastewater systems. Recognizing and expecting that each development or redevelopment project has its own unique site issues, KEITH performs a thorough investigation into these issues in order to avoid planning, design, coordination, and construction issues. Our engineers have the knowledge and expertise to meet the needs of a wide variety of general civil engineering issues.

KEITH’s staff has provided comprehensive planning and engineering services in various disciplines involving many government agencies, institutions, and municipalities. We have had the honor and privilege of serving as one of the City of Pompano Beach’s Civil Engineering consultants for the past thirteen years on a continuing service basis. Our ability to work with municipalities, government agencies and other consultants, while providing close coordination with the client result in projects being completed on time and within budget. KEITH has found great success utilizing a team approach that has led to effectively identifying problems and defining solutions.

STORMWATER MANAGEMENT KEITH has the knowledge and proven abilities to understand the complex nature of stormwater management. Especially in the urban environment, where balance must be achieved between the permitting requirements, restricted positive outfalls, budget limitations and existing historical drainage patterns. Our team has the professional acumen to fully investigate the existing conditions and propose

Corporate Office Miami-Dade County Broward County Palm Beach County St. Lucie County Orange County 301 E Atlantic Blvd 2160 NW 82 Ave 2312 S Andrews Ave 120 N. Federal Hwy 2325 SE Patio Cir. 2948 E Livingston St. Pompano Beach Doral Fort Lauderdale Suite 208 Port St. Lucie Orlando FL 33060 FL 33122 FL 33316 Lake Worth, FL 33460 FL 34952 FL 32803 954.788.3400 305.667.5474 954.788.3400 561.469.0992 954.788.3400 954.788.3400 41 |

7/2/2018 BidSync p. 45

Broward County Board of PNC2116532P1 County Commissioners June 25, 2018 / Page 2 of 2

creative solutions that will resolve and simplify the feasible alternatives. In addition, we are routinely familiar with the National Pollutant Discharge Elimination System (NPDES) Program, and the requirements to implement it.

WATER DISTRIBUTION AND SANITARY SEWER COLLECTION SYSTEM SERVICES KEITH has a vast experience with studies, designs, permitting and construction administration tasks associated with water distribution and sanitary sewer collection systems. Designs following standards of most all South Florida utility providers have been implemented. Sanitary sewer collection system designs ranged in pipe sizing from a 2inch force main serving a grinder pump system to a 16 inch diameter force main transmission line. Numerous public and private pump station designs have been constructed throughout South Florida. Water distribution system designs ranged from 4 inch diameter fire sprinkler lines to 24 inch diameter water transmission lines. All manner of service demand evaluation and hydraulic capacity of these systems has been evaluated in the design of these systems. KEITH inspection staff have expertise with all AWWA/ Florida HRS testing requirements of water distribution systems and all FDEP testing requirements for gravity/ force main sanitary sewer collection systems. At Ft. Lauderdale Hollywood International Airport KEITH was responsible for many miles of sanitary sewer force main and water main relocations and upgrades associated with the construction of the South runway.

SURVEYING and MAPPING The expertise of our Land Surveying staff is evidenced by Ms. Dodie Keith-Lazowick, Mr. Lee Powers, Mr. Eric Wilhjelm and Mr. Timothy Gray’s combined South Florida surveying experience of over 100 years. This experience has resulted in a tremendous database of knowledge and information. The ability to offer in-house surveying and mapping capabilities provides for a more comprehensive unified team. Services include boundary, topographic, control, , mitigation, route, aviation, bathymetric, GIS, GPS, as-built, American Land Title and coastal surveys, legal descriptions, right-of-way mapping, design base sheets, title review, DTMs, differential leveling, construction stakeout, platting, expert witness surveying, and mapping services.

The firm maintains eight full-time field crews to provide for our clients on an as-needed basis. Our entire field staff has received Maintenance of Traffic (M.O.T.) Safety Training currently required by the Florida Department of Transportation for work within public roadways. KEITH is also in full compliance with the current School Board Security Clearance Policies of finger printing and successful background checks in accordance with the State of Florida Jessica Lunsford Act for school access by workforce personnel. We understand the importance of these security requirements and are in 100% compliance for the safety of our staff and the public.

KEITH has placed a strong emphasis on quality surveying and mapping practices and procedures. This focus ensures that our surveying personnel are committed to exceeding your expectations.

Engineering Inspired Design. 42 |

7/2/2018 BidSync p. 46

Broward County Board of PNC2116532P1 County Commissioners LEE POWERS, PSM Director of Surveying & Mapping

Mr. Lee Powers has over 13 years of experience in land surveying and mapping in South Florida. He has worked with many local municipalities and government agencies to create and/or modernize their GIS Systems. He has also performed construction, right-of-way, control, ALTA, boundary, as-built and topographic (both acreage and coastal) surveys. He has extensive laser scanning experience with a particular emphasis on architectural modeling, historical preservation and infrastructure monitoring. He is well-versed in the scan-to-model workflow. He coordinates our BIM/VDC staff to ensure a quality and accurate model. Mr. Powers

has extensive Project Management experience for large-scale projects and

continuing service type contracts for both public and private sector clients. He is knowledgeable in the use of a wide range of state-of-the-art surveying equipment Experience Highlights and associated computer technologies. He has extensive experience in field crew Over 13 years of experience in land surveying and supervision, quality control and client relations. mapping in South Florida SELECTED PROJECT EXPERIENCE Education B.S. of Land Surveying & Port Everglades Terminal 4 Expansions & Improvements, Ft. Lauderdale, FL: Geomatics Engineering, Purdue University, West KEITH provided surveying, site planning, civil engineering and permitting services Lafayette, Indiana 2005 for this redesign and expansion of the Terminal 4 building and associated parking area project. The new design allows for increased passenger flow, better circulation Professional Registration for patrons and new buss pull-off areas for easy unloading. The civil engineering Florida Professional Surveyor & Mapper, #6805 design included new fire protection and new drainage infrastructure with swaled (Obtained 2010) detention area and exfiltration trench to provide water quality measures prior to discharge in the Intercoastal waterways. Professional Affiliations BIM Smart Foundation Port of Palm Bch Slip #3, Riviera Beach, FL: This project was intended to widen Member and lengthen Slip #3 to allow two ships to use the slip simultaneously. It also BuildingSMART Foundation increased the dock-side work and storage areas, updating/modernizing utilities. The Member goal was to increase the capacity of the Port of Palm Beach. KEITH conducted a full topographic survey of the upland areas of the project limits. The survey included Florida Society of Professional Surveyors & locating all man-made features, elevations observed at intervals no greater than 50 Mappers feet, grade changes, storm and sanitary structure details and establishing project control in support of the subsurface utility engineering and underwater eff orts. KEITH Certifications also set aerial targets to provide horizontal control for aerial imagery. Transportation Worker Identification Credential (TWIC) FDOT District 6 – Port Miami Tunnel and Access Roadways, Miami Dade: The Port Miami Tunnel Project consists generally of 1.40 Miles including (i) the widening FDOT Maintenance of Traffic of the MacArthur Causeway Bridge, (ii) tunnel connections between Watson Island and Dodge Island (Port of Miami) and (iii) connections to the Miami roadway system. As a subconsultant to Jacobs Engineering, Mr. Powers was the project surveyor for the Port of Miami Tunnel Project including Control, Design, Right of Way and Construction Surveying. This project included setting primary horizontal and vertical control, a full topography/DTM survey, locating all surface utilities, trees, a detailed bridge survey, and survey support for geotechnical borings and subsurface utility engineering (SUE) locations.

SFRTA Northern Layover Maintenance Facility Phase I: As the Project Surveyor, Mr. Powers completed a Topographic Survey in support of the preliminary design of this Maintenance facility. The project included establishing Primary and Secondary Control Networks, establishing the baseline and existing right-of-way of the rail corridor and a comprehensive Topographic Survey of all physical features within the project corridor.

Broward County Water & Wastewater Services (WWS) GPS/GIS Project: The goal of this 18-month project was to obtain sub-meter accurate NAD83 HARN state plane coordinates for the WWS’ surface visible features and to populate the WWS GIS shapefiles with the pertinent utility survey information. Mr. Powers served as the Project Surveyor for this utility location project. KEITH utilized WWS’ existing GIS database to determine where the 17,000 existing utilities should be located. Survey crews were then tasked with locating these utilities and any other WWS utility in the UAZ, with survey-grade GPS (Geographic Positioning System) receivers. These surveyed positions were then used to update WWS’ GIS database. The end result is a GIS database that contains the location of every WWS utility within a tenth of a foot of their “real-world” location. 43 |

7/2/2018 BidSync p. 47

Broward County Board of PNC2116532P1 County Commissioners STEPHEN WILLIAMS, PE Vice President of Civil Engineering

Mr. Stephen Williams serves as the Vice President of Engineering of KEITH. He has been engaged in civil and transportation engineering design and construction in South Florida since 1970. Mr. Williams has served as the record engineer for numerous transportation, utility, water management, municipal, aviation, recreation, roadway and land development (governmental, residential, mixed-use and commercial) projects in South Florida. These include projects at Florida’s Turnpike, Miami International and Fort Lauderdale-Hollywood International Airports and multiple projects for the local municipalities, school districts and universities. Projects have included roadway and site engineering design and analysis (paving,

grading, drainage, water and sanitary sewer design and construction administration) for both private and governmental clients. He has served as the Experience Highlights general municipal civil engineering consultant to cities of Oakland Park, Miramar, Design and management of Land Development and Plantation, Fort Lauderdale, Sunrise, Pompano Beach and Tamarac throughout his Governmental Civil career. Notably, Mr. Williams developed a SWMM EXTRAN computer model for the Engineering projects 55,000-acre Indian River Farms Water Control District. Mr. Williams also serves as including water, sewer, the Firm’s Senior Quality Assurance /Quality Control (QA/QC) Officer and paving, grading, drainage continuously monitors all projects for compliance with our established QA/QC and roadway projects Program. Education B.S., Civil Engineering, SELECTED PROJECT EXPERIENCE University of Florida, 1977 Port Everglades Southport Phase IX, Fort Lauderdale, FL: KEITH is providing Professional Registration landside civil engineering, surveying and subsurface utility engineering (SUE) State of Florida Professional Engineer, #32090, 1982 services for this two-phase project that includes the demolition of the existing Foreign Trade Zone facility and design and construction of a new container yard Professional Affiliations which will be a cargo handling facility and also includes ancillary buildings. Mr. American Society of Civil Williams is serving as KEITH’s senior project manager responsible for coordinating Engineers (ASCE), Member all design, surveying and SUE efforts. He is also the firm’s liaison with the owner

Florida Engineering Society and other consultants. (FES), Member Port Everglades Southport Phase IX-B, Fort Lauderdale, FL: This Proposed 23- National Society of acre Southport IX-B phase of the project proposes to construct the paved Professional Engineers laydown/storage yards for shipping containers or other port storage requirements. (NSPE) This involves the paving of the approximately 23-acres and an additional 1.2-acre dry retention area, which will connect to the existing western dry retention areas with dual 42” reinforced concrete pipes west of the FEC-ICTF lease parcel. These 42” connections are in lieu of the connections to the western retention areas that are in the existing conceptual permit. The proposed project will drain to the enlarged western stormwater retention areas and discharge offsite through the existing Southport discharge structures and the proposed Control Structure 6AC. Mr. Williams served as the lead site design engineer and Project Manager.

Port Everglades A/E Services, Fort Lauderdale, FL: KEITH is providing landside civil engineering, surveying and subsurface utility engineering (SUE) services for this continuing services contract. Mr. Williams is serving as KEITH’s senior project manager responsible for coordinating all design, surveying and SUE efforts. He is also the firm’s liaison with the owner and other consultants. This contract is an on-call general services type contract, which is utilized to provide any array of civil engineering services to the client.

Hallandale Beach Fire Station 7 and Emergency Management Facility, Hallandale Beach, FL: The building program and design for the City’s new main fire rescue headquarters and emergency management facility were developed to achieve LEED Silver Certification and include a 25,000 SF, two-story complex with four apparatus bays and living quarters for up to 16 firefighters. In addition to on-duty fire rescue staff, the building will house the City's Fire Prevention Bureau including office space for fire inspectors, plans review and public education. KEITH is providing Civil Engineering, Landscape Architecture and SUE services. Tamarac Fire Station #78 Design/Build, Tamarac, FL: KEITH, as a subconsultant partner to West Construction, is currently providing civil engineering, permitting, traffic engineering, landscape architecture and construction services for the replacement of the existing Tamarac Fire Station 78 located at 4801 W Commercial Blvd in Tamarac, Florida. The 9,300-SF facility will be construction with LEED-certified products. As a Design/Build project, KEITH has been an active participant in determining costs and cost alternatives to keep overall costs within the anticipated budget. 44 | 7/2/2018 BidSync p. 48

Broward County Board of PNC2116532P1 County Commissioners

Florida Board of Professional Engineers 2639 North Monroe Street, Suite B-112 Tallahassee, FL 32303-5268

Keith & Associates, Inc. 301 EAST ATLANTIC BOULEVARD POMPANO BEACH, FL 33060

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: [email protected]. Our website address is http:/ /www.fbpe.org.

l'Ri N-1 SSIONl\ t I NC, I Nl I 11t s, to

228201900747 7/2/2018 BidSync p. 49

Broward County Board of PNC2116532P1 County Commissioners

45 |

7/2/2018 BidSync p. 50

Broward County Board of PNC2116532P1 Florida Department of AgricultureCounty Commissioners and Consumer Services Division of Consumer Services Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 800HELPFLA(435-7352) or (850) 488-2221

March 1, 2017

KEITH AND ASSOCIATES INC 301 EAST ATLANTIC BLVD POMPANO BEACH, FL 33060-6643

SUBJECT: Professional Surveyor and Mapper Business Certificate# LB6860

Your application / renewal as a professional surveyor and mapper business as required by Chapter 472, Florida Statutes, has been received and processed.

The license appears below and is valid through February 28, 2019.

You are required to keep your information with the Board current. Please visit our website at www.800helpfla.com/psm to create your online account. If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website.

If you have any questions, please do not hesitate to call the Division of Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221.

Detach Here

Florida Department of Agriculture and Consumer Services . Division of Consumer Services License No.: LB6860 Board of Professional Surveyors and Mappers Expiration Date February 28, 2019 2005 Apalachee Pkway Tallahassee, Florida 32399-6500

Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida Statutes

KEITH AND ASSOCIATES INC 301 EAST ATLANTIC BLVD POMPANO BEACH, FL 33060-6643 c2t7 -

ADAM H. PUTNAM COMMISSIONER OF AGRICULTURE

This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472, Florida Statutes. 46I

7/2/2018 BidSync p. 51 Broward County Board of PNC2116532P1 Florida Department of AgricultureCounty Commissioners and Consumer Services Division of Consumer Services Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 800HELPFLA(435-7352) or (850) 488-2221

March 1, 2017

LEE POWERS 301 EA TLANTIC BLVD POMPANO BEACH, FL 33060-6643

Detach Here ------SUBJECT: Professional Surveyor and Mapper License # LS6805 Florida Department of Agriculture

and Consumer Services Your application / renewal as a professional surveyor and mapper as required by Chapter 472, Florida Statutes, has been received and Board of Professional Surveyors and Mappers processed. LS6805 The license appears below and is valid through February 28, 2019.

i Professional Surve:vor and Mapper You are required to keep your information with the Board current. Please visit our website at www .800helpfla.co m/psm to create your I LEE POWERS online account. If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website. i IS LICENSED under the provisions of Ch. 472 FS

If you have any questions, please do not hesitate to call the Division 1.Expirationdat.o,Fo b rua.ry28,. 20 19- - ··························- ····· . of Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221.

Detach Here

Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.: LS6-S05 Board of Professional Surveyors and Mappers Expiration Date February 28, 2019 2005 Apalacbee Pkway Tallahassee, Florida 32399-6500

Professional Surveyor and Mapper License Under the provisions of Chapter 472, Florida Statutes

301 E ATLANTIC BLVD POMPANOLEE POWERS BEACH, FL 33060-6643

ADAM H. PUTNAM COMMISSIONER OF AGRICULTURE

This is to certify that the professional surveyor and mapper whose name and address are shown above is licensed as required by Chapter 472, Florida Statutes. 47I

7/2/2018 BidSync p. 52 Broward County Board of PNC2116532P1 County Commissioners

7/2/2018 BidSync p. 53

GARTEK ENGINEERING CORP. Mechanical, Electrical, Plumbing and Fire Protection DesignBroward & Construction County Board Administrationof Services PNC2116532P1 County Commissioners OFFICE LOCATIONS Miami * Broward * Palm Beach

Gartek Engineering Corporation designs mechanical, electrical, plumbing, and fire protection engineering since 1980. We are certified as a SBE (Small Business Enterprise), MWBE (Minority, Women / Disabled Veterans Business Enterprise and DBE (Disadvantaged Business Entity) firm. Our clients in the corporate, municipal, governmental, private, and utility sectors receive quality design services provided by our multidisciplinary team. Our staff has over thirty years of combined experience and is keenly aware of the latest engineering developments and code requirements. We are licensed in Florida, Georgia and Louisiana. OUR CAPABILITIES Our 35 years of experience minimize the potential learning curve. We are ready to start at the gate and understand the significance key concepts such as the importance of verification of existing conditions and performing due diligence in the early stages of a task to potentially identify and resolve problems that may arise due to current conditions of the area. We also are sensitive to working in occupied spaces and all steps will be taken to ensure minimal interruption and safety. Our range of engineering design services & solutions include:

Mechanical Engineering Energy Management  HVAC  DDC  Plumbing  Fire Protection  Facility Automation Systems/ Electrical Engineering Control Systems  Power Distribution  Thermal Storage  Power Generation  Waste Heat Recovery Life Cycle Analysis  Power Transmission  Special Services  Lighting Design  Building Code Compliance & Surveys  Fault Analysis & Coordination Studies  Indoor Air Quality/Remedial Design  Lightning Protection  Construction Management Electronic System Design  Inspection Services  Voice & Data Distribution  Public Address/Sound Systems  Closed-circuit Television  Fire Alarm & Security Systems

49 |

7210 SW 39 Terrace, Miami, Florida 33155 * 2700 N. 29 Ave. Suite 303, Hollywood, FL 33020 * 6801 Lake Worth Rd, Suite 117, Greenacres, FL 3367 Tel 305-266-8997/Fax 305-264-9496/www.gartek-engineering.com 7/2/2018 BidSync p. 54

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

Mel F. Garcia, P.E., LEED AP Vice President / Principal, Electrical Engineer

Mr. Garcia has 40 years experience in electrical design, including power and lighting. His experience also encompasses design of electronic systems including telephone, central clock, P.A., security and fire alarm systems. Mr. Garcia serves as the firm overall coordinator and expeditor for electrical projects. Mr. Garcia has also been involved in code compliance issues and peer

review to ensure quality control. Mr. Garcia participates in electrical

construction administration and inspection services on a regular basis and is the Electrical Engineer of Record.

RELEVANT EXPERIENCE INCLUDES:

 Federal Reserve Bank– Central Plant Upgrade, Miami, FL EDUCATION:FL  Port of Miami Administrative Offices and Port of Miami Chiller Replacement, Miami, FL BS,Electrical  Port of Miami. Terminal J, Miami, FL Engineering–  Miami Institute of Psychology, Dade County, FL UniversityofMiami, Coral  The International Design Center, Bonita Springs, FL Gables, Florida

 Boyton Beach Head Start Building, Boynton Beach, FL CERTIFICATIONS:  Federal Reserve Bank – Replace AHU 3&9, Miami, FL Professional Engineer,  Medical Office Building, Hollywood, FL State of Florida PE # 24221  Palm Beach County Court House & Main Detention Center, Palm State of Georgia PE # 123118 Beach FL State of Lousiana PE # 0040474  Palm Beach International Airport, Security Enhancement Project, US Virgin Islands PE # 024231B Palm Beach FL  Four Points Office Building Emergency Operations Center, Palm Beach, FL LEED Accredited  550 Cypress Building,100,000k SF, 5 story building. T.I.: Global Crossings, Professional Merrill Lynch, and University of Phoenix. Ft. Lauderdale, FL  Ft. Lauderdale/ Hollywood, Corporate Hangars ‘H’ Spitfire Aviation UBCI Inspector - 10.31.00 Offices, Ft. Lauderdale, FL  Palm Beach Sheriff’s Office Training Facility & Gym, Palm Beach, American College of FL Forensic Examiners - #14892  Port of Miami, Terminal H, Ticket Sales Renovation, Miami, FL

 ISS Data Center at Vista, ESS Warehouse, Palm Beach, FL ICC  City of Weston Emergency Operations Center, IT Building, Electrical Plans Weston, FL Examiner#050S  City of Doral Public Maintenance Building, Doral, FL ICC  Federal Reserve Bank – Replace main service entrance switchgear, Commercial Electrical Jacksonville, FL Inspector #5167634-E2  Boynton Beach 800 MHz Communication Tower UPS Upgrade,

FL Standard Plans Examiner  Palm Beach Sheriffs Office 600 kVA UPS reconfiguration services, State of Florida #PX2357 Standard Inspector State of Florida#BN4735

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com

1 50 |

7/2/2018 BidSync p. 55

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

 Palm Beach International Airport Concourse “C” Expansion, West Palm Beach, FL  Orlando International Airport Airside 2 Central Energy Plant, Orlando, FL  Judicial Center Parking Garage, Expansions and improvements, Palm Beach County, FL  Brinks Security - New 100,000+ SF facility at each location, Miami and Tampa, FL  Federal Reserve Bank – Parking lighting upgrade, Miami, FL  Emergency Operations Center OPS & Warning Point Room UPS, Palm Beach, FL  Palm Beach International Airport, BHS System Improvement, West Palm Beach, FL  Union Bank Building - Four story, approximately 31,200 SF, office building, Miami, FL  Republic Security Bank - Five story office building with adjacent 4 story parking structure, Boca Raton, FL  Colonial Bank – Approximately 36,000 SF of new banking facility, Miami, FL  Benenson Building, Ft. Lauderdale, FL - Office building additions and remodeling, Ft. Lauderdale, FL  Caterpillar Miami Lakes Expansion - A 152k SF warehouse addition, 12k SF addition to the regional offices, remodeling of 11k SF office space and new 23k SF training center building, Miami Lakes, FL  Miami International Airport Buildings 5 and 5A. Miami, Florida.

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com 2 51 |

7/2/2018 BidSync p. 56

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

BENJAMIN De ZAYAS, P.E., LEED AP Senior Electrical Engineer

Mr. De Zayas has 14 years of experience in design electrical, lighting, fire alarm, lightning protection, low voltage and communication systems for hospitality, commercial, health care, educational, and government facilities, domestic and international. His experience encompasses all aspects of design from schematic design development through construction documentation and continuing to the conclusion of construction administration. He has performed fault current and coordination studies for new designs using SKM systems analysis software as well as lighting calculations to meet photometric illumination and energy requirements.

RELEVANT EXPERIENCE INCLUDES:

Port of Miami, Cruise, Terminal J, Miami, FL City of Weston, Emergency Operations Center, Weston, FL Cherry Road Library Annex, West Palm Beach, FL EDUCATION: ISS Data Center at ESS Warehouse, Palm Beach, FL BS, Electrical Engineering– Cutler Bay Town Center Council Chambers, Cutler Bay, FL Florida International University, Cutler Bay Town Center Police Station, Cutler Bay, FL Miami, Florida Cutler Bay Town Center EOC building, Cutler Bay, FL City of Hollywood Public Safety Complex, Hollywood, FL City of Doral Public Maintenance Building, Doral, FL City of Hialeah Public Works, Hialeah, FL CERTIFICATIONS: FLL International Airport, Terminal 3 South Lobby Modifications, Fort Professional Engineer, Lauderdale, FL State of Florida. PE # 82325 Palm Beach International Airport, Baggage Handling System Upgrades, Palm Beach County, FL LEED AP Miami International Airport (MIA), FIS Re-check, Miami, FL Miami International Airport (MIA) D-4 Checkpoint, Miami, FL MIC Central Station, East and West Concourses, Miami, FL Broward Health Weston, Weston, FL VA Medical Building, FL Caterpillar Training Center, Miami Lakes, FL Jackson Memorial Project, Miami, FL Homestead Air Reserve Base, Homestead, FL Caterpillar Training Center, Miami Lakes, FL

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com

52 |

7/2/2018 BidSync p. 57 Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

JULIAN PUERTA, CPD Fire Protection / Plumbing Engineer

As a Plumbing and Fire Protection Engineer, Julian Puerta brings to the team outstanding credentials in the plumbing and fire protection engineering field; he has 30 years of design experience in plumbing and piping including distribution and discharge of fueling systems, sanitary waste, grease waste, acid waste, oil waste, indirect waste, storm drainage, water distribution, and fire protection. Mr. Puerta’s experience also includes fire sprinkler system design and the design of special hazards fire suppression systems. Mr. Puerta has also construction administration experience.

RELEVANT EXPERIENCE INCLUDES:

EDUCATION: Port of Miami Deep Well Injection System Replacement, Miami, FL City of Weston Emergency Operations Center, Weston, FL MBA Finance,  Federal Reserve Bank – Replace AHU # 4 M04.18, Miami, FL Universidad del Belleglade West County Detention Center, Belleglade, FL Valle, Cali, Colombia, West End Park Community Center, Miami, FL 1995 MS Construction Caterpillar Training Center (MLLC), Miami Lakes, FL Management, Jackson Health South Urgent Care Center, Miami, FL Universidad del Port of Miami, Terminal J, Miami, FL Valle, Cali,  Federal Reserve Bank–MIA-FM CASH air handler replacement, Miami, FL Colombia, 1995 University of Miami, Merrick Building, Miami, FL. Civil Engineering,  Palm Beach County – Jail Expansion, Belle Glade, FL Universidad del Valle,  Federal Reserve Bank – DLA tenant, Miami, FL Cali, Colombia, 1987  Miami International Airport – MDAD South & Central CIBS CBRA BHS, Miami, FL CERTIFICATIONS:  Federal Reserve Bank–MIA-FM rain water reclamation analysis, Miami, FL

Florida Memorial College, Theater of the Performing Arts, Miami, FL Plumbing Design Historic Hampton House Restoration, Miami, FL #30209 NFPA 13, Boynton Intercostals Park, Boynton Beach, FL Installation of Florida International University, Engineering Building, Miami, FL Sprinklers Systems, Florida International University, Greenhouse, Miami, FL 2013 Bryan Park, Miami, FL Chris Evert Children Hospital, Broward County, FL

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com

53 |

7/2/2018 BidSync p. 58

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

OLGA ALVARADO ElectricalEngineer

Mrs. Alvarado has over 30 years of experience in electrical and fire alarm design engineering of residential, commercial, industrial and institutional buildings based on National Electric Code (NEC), NFPA Standards; photometric calculations; fire alarm calculations; distribution systems planning & design (low & medium voltage); strong knowledge of the principles, methods and applications of electrical engineering; Illumination design: parking lots, parking garages, ATM- banking, convention centers, offices, open work areas; lighting fixture and panels scheduling; strong electrical AutoCAD drafter, electrical diagrams & structural plans.

RELEVANT EXPERIENCE INCLUDES:

 Federal Reserve Bank – Electrical distribution system upgrade, Miami, EDUCATION: FL  Caterpillar Training Center, Miami Lakes, FL. BS, Electrical Engineering–  Abundant Life Middle School, Marathon, Key Largo Barquisimeto Polytechnic  Fire Rescue Training Facility, Palm Beach County College, Venezuela. 1987  Fire Station # 31, Miami  Fire Station # 5, City of Hollywood  Hialeah Hospital parking lot, Miami, FL  Hidden Harbor Marina, Pompano Beach  Judicial Center Parking Garage, Palm Beach County SKILLS:  Lauderdale Manors ES, Fort Lauderdale  Palm Beach County CJC IT Room electrical modification Proficiency in AutoCAD 2011  Palm Beach County PBSO, Redundant UPS Windows, Microsoft Office  Palm Beach County, Channel 20 Generator Replacement (Excel, Word , Power Point, Outlook).  Palm Beach County, Delray Civic Center Visual Lighting Calculation  Palm Beach County, State Attorney Public Defender Software  Palm Beach County, WUD Hagen Ranch  Palm Beach Sheriff Office Aviation, New Hangar  Fll/Hollywood Intl Airport Noise Mitigation, Ft. Lauderdale, FL  West Central Silver Star Transfer Station, Palm Beach County

54 |

7/2/2018 BidSync p. 59

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

ROBERT L. BETANCOURT, PE, LEED AP President / Principal, Mechanical Engineer

Robert is President of Gartek Engineering and has 36 years of design experience in Heating, Ventilation, Air Conditioning, Smoke Control, Plumbing and Fire Protection Systems. His extensive experience includes design of central chilled water plants, pre- conditioned air systems with thermal storage for parked aircraft, Indoor Air Quality design including odor and air contaminants control through ventilation, dilution, neutralization of building positive and negative charges and improved filtration systems, packaged air cooled and water cooled systems, split direct expansion and unitary systems; high velocity, high pressure duct systems; steam heating; energy conservation studies, life cycle analysis, automatic wet pipe fire protection systems, pre-action systems and foam deluge systems. Robert is also involved in code compliance issues and review of other professionals’ design to ensure quality control; he will participate in mechanical construction administration and inspection services.

RELEVANT EXPERIENCE INCLUDES: EDUCATION: Bachelor in Mechanical Port of Miami Deep Well Injection System Replacement, Miami, FL Engineering:  Caterpillar Training Center – Renovation MEPFP. Scope Florida International University of work includes Design of sanitary and waste plumbing, diesel storage and distribution, natural gas distribution, CERTIFICATIONS: compressed air and distribution, HVAC including new Professional Engineer chilled water system and specialized ventilation of test State of Florida PE # 34788 cells, normal and emergency power distribution,Miami, FL US Virgin Islands PE # 013601B Palm Beach County Jail Expansion II, Palm Beach County, FL. Plumbing and Fire Protection design for new construction, additions, and LEED AP renovations of multiple facilities at various sites throughout Palm Beach County. Scope of work includes domestic water, sanitary, grease waste, oil MEMBERSHIPS: waste, compressed air, lube oils and anti-freeze distribution systems. Fire NFPA Member suppression system includes pre-action system and wet pipe system. (National Fire Protection  Federal Reserve Bank – DLA tenant, Miami, FL Association)  Federal Reserve Bank – Cooling towers CT1, CT2, CT3, Miami, FL ASHRAE Member Florida International University Main Sanitary Sewer Pumping Stations. (American Society of Heating, Miami, FL Refrigerating and Air-  Union Bank Building– Four story, approximately 31,200 SF, office building, Conditioning Engineers) Miami, FL City of Weston Emergency Operations Center, Weston, FL Palm Beach County Jail Expansion II, Palm Beach County, FL City of Doral Public Maintenance Building, Doral, FL  Benenson Building – Office building additions and remodeling, Ft. Lauderdale, FL.  Courtrooms at Main Library – Conversion of 32,000 SF office space to courtrooms and support spaces. MEPFP services including chilled water based HVAC for the Server/IT rooms, Miami, FL

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com 55 |

7/2/2018 BidSync p. 60

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

 West Point Business Park and Warehouse – New construction of approximately 280,000 SF of office space and warehouse, Miami, FL  Miami International Airpor MEP Services Contract– Professional services agreement to provide miscellaneous Mechanical, Electrical and Plumbing services, Miami, FL  Republic Security Bank – Five story office building with 4 story parking structure, Boca Raton, FL Medical Office Building, Hollywood, FL Four Points Office Building Emergency Operations Center, Palm Beach, FL Miami International Airport Cargo Building 2212  Palm Beach Sheriff’s Office Training Facility & Gym, Palm Beach, FL Port of Miami, Terminal H, Ticket Sales Renovation, Miami, FL Port of Miami. Terminal J, Miami, FL

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com 56 |

7/2/2018 BidSync p. 61

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

YOEL PUENTES Mechanical Engineer

Yoel Puentes has more than 15 years of professional experience in HVAC, elevators, welding, plumbing and fire protection systems, including design, surveys, technical inspection and budgeting. Mr. Puentes has extensive experience in drafting and computer 2D Design using AutoCAD 2011; TRACE 700 Heat Load, and Energy Modeling software. His computer expertise includes advanced knowledge of Microsoft Word, Excel, PowerPoint and Project. He is fluent in English and Spanish.

RELEVANT EXPERIENCE INCLUDES:

Port of Miami Deep Well Injection System Replacement, Miami, FL EDUCATION: Caterpillar Training Center – Renovation MEPFP. Scope of work includes  Design of sanitary and waste plumbing, diesel storage and distribution, natural gas distribution, compressed air and distribution, HVAC including Bachelors of Science - Mechanical new chilled water system and specialized ventilation of test cells, normal Engineering, Havana Superior and emergency power distribution, Miami, FL Institute of Technology (ISPJAE), AmericaTV Channel 41, Miami, FL Havana City, Cuba Security Mutual for the Chilean Construction AMSCOT, Various Locations, FL Chamber, Santiago, Chile  Applebee’s Restaurant, Various Locations, FL Internal Auditor, ISO 9001:2000 Banyan Air Buildings 1 thru 6, Opa Locka Airport, FL BBU Bank, Several Locations, FL Campbell Residence, Coral Gables, FL CERTIFICATIONS:

City of Opa Locka Administrative Offices, Opa Locka, FL Engineering Intern License Crown Wine & Spirit Store, Various Locations, FL #1100015468 CVS Pharmacy, Various Locations, FL Doral City Hall, Doral, FL MEMBERSHIPS:

Doral Jesus Worship Church, Miami, FL ASHRAE (American Society of Firestone, Various Location, VA Heating, Refrigerating and Air- Flagler Station, Miami, FL Conditioning Engineers) Florida Career College, Miami, FL Fort Lauderdale International Airport, Fort Lauderdale, FL Palm Beach International Airport, Baggage Handling System Upgrades, Palm Beach County, FL City of Weston, Emergency Operations Center, Weston, FL Miami International Airport (MIA), FIS Re-check, Miami, FL Miami International Airport (MIA) D-4 Checkpoint, Miami, FL ISS Data Center at ESS Warehouse, Palm Beach, Florida. MIC Central Station, East and West Concourses, Miami, FL Palm Beach Sheriff Office, Cherry Road Center, West Palm Beach, FL Jackson Memorial Project, Miami, FL

57 |

7/2/2018 BidSync p. 62 Broward County Board of PNC2116532P1 7210 SW 39 Terrace, Miami, Florida 33155County Tel 305 Commissioners-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com

58 |

7/2/2018 BidSync p. 63

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

ROBERT HANSEN, P.E., LEED AP Project Manager, Mechanical Engineer

Rob is the Project Manager for our Palm Beach office. Mr. Hansen has over a decade of Mechanical Engineering experience for commercial, industrial and institutional facilities, specifically with design, construction, and commissioning of energy efficient and sustainable projects. His professional background includes design of HVAC systems including central chilled water plants, packaged RTU’s, air cooled and water cooled systems with cooling towers or dry coolers, water source heat pumps and split systems with cooling towers or dry coolers, water source heat pumps, and split A/C systems. Rob has education and training in design, development, testing, and evaluation of systems.

RELEVANT EXPERIENCE INCLUDES:

FLL International Airport, FT. Lauderdale, Florida. EDUCATION: Palm Beach County Schools, Florida. Florida Energy Gauge Residential and Commercial Programs, Florida. BS,Mechanical Hartsfield-JacksonAtlantaInternationalAirport,Georgia. Engineering Universityof Texas, Baptist Health Hospital, Florida. El Paso, Texas Manuel J residential projects, Florida. MIA International Airport, Miami, Florida.

Westchester Arts Center, Florida. CERTIFICATIONS: PBIA Checked Baggage Inspection, Palm Beach, Florida. Okeeheelee GCCH Concessions Expansion, Florida. Professional PBC Parking Garage, Palm Beach, Florida. Engineer, State of Tequesta Library, Florida. Florida. Palm Tran North, Palm Beach, Florida. PE # 74055 Mounts Building Palm Beach County. Evidence Vault HVAC Palm Beach County. EOC Weston IT Building Weston. PBC MDC EWS Tower Renovations Palm Beach County.

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com 59 |

7/2/2018 BidSync p. 64

Broward County Board of PNC2116532P1 County Commissioners KEY PERSONNEL

GARTEK ENGINEERING CORP. Mechanical • Electrical • Plumbing • Fire Protection Services

TITO ALVARADO Electrical Engineer

Mr. Alvarado has 32 years of design experience in electrical design of residential, commercial, industrial and institutional buildings; load calculations; distribution systems planning & design (low and medium voltage); advanced knowledge in electrical planning, design, supervising construction maintenance and operation of medium and low voltage; F/A calculation, voltage drops and battery calculation; building evaluation & certification; grounding system and pool grounding system testing; preparation of electrical specifications and bidding process; cost estimates and construction units; bidding process to USA and Latin-American environments; power quality monitoring and analysis on LV, MV & HV substations. EDUCATION: Masters of Science - RELEVANT EXPERIENCE INCLUDES: Industrial Engineering Caracas, Venezuela / Port of Miami. Terminal J, Miami, FL 1994 FL  Federal Reserve Bank–MIA-FM CASH air handler replacement, Miami, FL Bachelors of Science Port of Miami Administrative Offices and Chiller Replacement, Miami, FL – Electrical Miami Institute of Psychology, Dade County, FL Engineering The International Design Center, Bonita Springs, FL Caracas Venezuela / Boyton Beach Head Start Building, Boynton Beach, FL 1987  Federal Reserve Bank – Replace AHU 3&9, Miami, FL  Federal Reserve Bank – Power automation control system upgrade, Atlanta, GA Medical Office Building, Hollywood, FL CERTIFICATIONS: Palm Beach County Court House & Main Detention Center, Palm Accreditation by Beach FL Joseph Silny & Associates, Inc. Palm Beach International Airport, Security Enhancement Project, International Palm Beach FL Four Points Office Building Emergency Operations Center, Palm Beach, FL Education Consultant / 2006  Federal Reserve Bank – Replace chillers 1&2 & CT, Miami, FL  Ft. Lauderdale/ Hollywood, Corporate Hangars ‘H’ Spitfire Aviation Offices, Ft. Lauderdale, FL  Palm Beach Sheriff’s Office Training Facility & Gym, Palm Beach, FL Port of Miami, Terminal H, Ticket Sales Renovation, Miami, FL ISS Data Center at Vista, ESS Warehouse, Palm Beach, FL City of Weston Emergency Operations Center, IT Building, Weston, FL City of Doral Public Maintenance Building, Doral, FL  Palm Beach International Airport Concourse “C” Expansion, West Palm Beach, FL Orlando International Airport Airside 2 Central Energy Plant, Orlando, FL Caterpillar Training Center (MLLC), Miami Lakes, FL Judicial Center Parking Garage, Expansions and improvements, Palm Beach County, FL Emergency Operations Center OPS & Warning Point Room UPS, Palm Beach, FL

7210 SW 39 Terrace, Miami, Florida 33155 Tel 305-266-8997 Fax 305-264-9496 – ww.gartek-engineering.com

60 |

7/2/2018 BidSync p. 65 Broward County Board of PNC2116532P1 County Commissioners

60 |

7/2/2018 BidSync p. 66

Broward County Board of PNC2116532P1 County Commissioners STATEMENT OF QUALIFICATIONS

Address: 250 S.W. 13th Avenue  Pompano Beach, Florida 33069 Phone: (954) 781-6889  (561) 998-7002  (772) 785-8667 Fax: (954) 784-8550 Email: [email protected][email protected] Website: www.fla-eng.com

61 |

7/2/2018 BidSync p. 67 Broward County Board of PNC2116532P1 County Commissioners

OVERVIEW

Florida Engineering & Testing, Inc. (FE&T) is a multi-disciplinary engineering and consulting services firm offering environmental engineering, geotechnical engineering, construction materials testing, special inspections, project management, and consulting. Since our inception in 1994, FE&T has continued to grow to meet the needs of our diverse and changing client base. We currently provide consulting services to both the public and private sectors focusing on residential, commercial, educational, and aviation projects. Our engineering and testing operations focus on the tri-county area, but our service extends throughout all of South Florida.

Our team of qualified professionals has utilized their experience to create a reputable and reliable engineering and testing firm. Our growth can be attributed directly to the quality of service and the satisfaction and appreciation of our wide range of clientele. FE&T's personnel work as a team by utilizing their experience, education, training and certifications to provide our clients with quality engineering services in a cost effective manner.

The Florida Engineering & Testing, Inc. "Team" consists of:

 Registered Professional Engineers (PE)  Material Testing Project Managers  Engineers In Training (EIT)  Engineering Field Technicians  Special Inspectors  Certified Environmental Assessors  Roof Consultants  Certified Laboratory Management  Roof Testing Technicians  Laboratory Technicians

Florida Engineering & Testing, Inc.'s Corporate Office is located at:

250 S.W. 13th Avenue  Pompano Beach, Florida 33069

Phone: (954) 781-6889  Fax: (954) 784-8550 62 |

7/2/2018 BidSync p. 68 Broward County Board of PNC2116532P1 County Commissioners

LIST OF SERVICES

ENVIRONMENTAL SERVICES

Florida Engineering & Testing, Inc. (FE&T) offers a wide range of Environmental Services including due diligence studies, Phase I & II Assessments, evaluation of contaminated soils, sediment and groundwater, as well as monitoring wells. The following is a partial list of services:

Phase I Environmental Site Assessments (ASTM E-1527) . Field Reconnaissance . Site Inspection . Review of federal, state, county & local environmental records & files  Phase II Site Assessments – On Contaminated Sites . Phase I Follow up . Monitoring Well Installations . Groundwater Analysis . Soil Analysis Contamination Assessments / Site Assessment Reports Remedial Action Plans Underground Storage Tank Removal & Closure Assessments

GEOTECHNICAL SERVICES

FE&T provides a full range of geotechnical services for varying clientele. We own and operate our own drilling equipment and support vehicles. FE&T specializes in fast, friendly and efficient service with quick turnaround time for performing your subsoil investigations (soil borings), monitoring well installations, and exfiltration (hydraulic conductivity) tests. FE&T provides foundation recommendations and geotechnical analysis for support of all types of structures ranging from high rise condominiums, office warehouses, wastewater treatment plants, hospitals, roadways, swimming pools, privacy walls, to gazebos. The following is a partial list of services:

Auger Borings  Hydraulic Conductivity/Exfiltration/ Standard Penetration Tests Borings Percolation Tests ("K" Value) Dynamic Cone Penetration Borings  Monitoring Wells Soil Classifications  Foundation Recommendations Organic Contents  Pavement Recommendations Sieve / Grain Size Analysis  Moisture Contents

63 |

7/2/2018 BidSync p. 69 Broward County Board of PNC2116532P1 County Commissioners

CONSTRUCTION MATERIALS TESTING SERVICES FE&T performs a wide range of field and laboratory testing for construction materials. FE&T’s familiarity with local codes and construction practices allows for an experience based approach to our project management. FE&T is a CMEC & FDOT certified Testing Laboratory. The following is a partial list of services:

FOUNDATIONS, SOILS & PAVEMENT Density / Compaction Tests  Florida Bearing Value (FBV) Proctor Tests  Carbonate Analysis on Limerock Moisture Contents  Limerock Thickness Determination Limerock Bearing Ratio (LBR)  Soil Classifications

CONCRETE/GROUT  Cylinders, Cubes and Prisms Mortar & Grout Testing  Air Content & Slump Flexural Strength Beams  Concrete Drilled Cores Rebound Hammer Testing  Windsor Probe Testing ASPHALT PAVEMENT Cores for Density Determination  Sampling Backscatter Density Tests  Asphalt Extraction & Gradation Cores for Thickness Determination  Marshall Stability/ Flow/ Unit Wght.

INSPECTIONS

FE&T can provide inspections from start to finish of your project. Special inspections are required by the Florida Building Code/Building Departments and assures you that your structure is being built to the in accordance to the approve plans/specifications. The following is a partial list of services:

STRUCTURAL / BUILDING Grade Beams  Exterior Cladding/Wall Coverings Stem Wall  Interior Framing Monolithic Foundation/Slab on Grade  Windows & Doors Reinforced Unit Masonry (CBS)  Engineered Structural Repairs Bond Beams & Tie Beams  Structural Steel Framing Truss Inspections  Structural Connections (Bolted/Welded) Reinforcing Steel Inspection  Pre-Engineered Metal Buildings

FOUNDATION Pile Installation Monitoring (Driven,  Pressure Grouting Monitoring Auger Cast, Pin, Helical, etc.)  Excavating / Backfilling Monitoring Vibro Compaction/Replacement  Vibration / Seismograph Monitoring Monitoring

CIVIL 64 |

7/2/2018 BidSync p. 70 Broward County Board of PNC2116532P1 County Commissioners

STRUCTURAL REPAIRS

FE&T can provide limited engineered repair details and assist the structural engineer with testing/inspections to facilitate development of more complex repairs. FE&T will work with the client and/or structural engineer to incorporate the existing structure and make the minimum changes required to make your repair structurally sound.

ROOF CONSULTING/TESTING/INSPECTIONS

FE&T is a Miami Dade County approved and certified Testing Laboratory (Certificate # 14- 1022.01). The following is a partial list of services:

 Tile Uplift Tests (TAS-106)  Field Withdrawal Resistances (TAS-105)  Roof Moisture Surveys (TAS-126)  Bonded Pull Tests/Bell Vacuum Chamber Tests (TAS-124)  Design Pressure Calculations & Enhanced Fastening Patterns  Drainage Calculations  Roof Asbestos Surveys  Roofing Inspections o Retrofit Mitigation o Roof Sheathing o Base Sheet/Tin Tag Spacing o Cap Sheet/Hot Mop o Tile/Shingle  Roof Condition Assessments  Roof Consulting Services

INSURANCE INSPECTIONS

Insurance companies are becoming more stringent about offering coverage and scrutinizing the discounts that apply. FE&T can perform the inspections needed to get up to 45% off the wind portion of a homeowner's insurance policy as well as the required inspections to keep coverage with Citizens insurance and other companies. The following is a partial list of services:

 Insurance Mitigation Inspection  Roof Condition Certification Inspection

65 |

7/2/2018 BidSync p. 71 Broward County Board of PNC2116532P1 County Commissioners

CERTIFICATIONS & ACCREDITATIONS

Florida Engineering & Testing, Inc., has been a member of many associations and has several certifications/accreditations. The following is a brief list of the aforementioned:

. Florida Department of Transportation (FDOT) Qualified Laboratory Laboratory Number: I04036 . Quality Assurance Testing Laboratory Accredited by the Following: Construction Materials Engineering Council, Inc. (CMEC) Miami Dade County Bldg. Code Compliance Office . Minority/Women Business Enterprise certified by the following : State of Florida- Office of Supplier Diversity (M/WBE) South Florida Water Management District (SBE) School District of Palm Beach County (M/WBE) Broward County Public Schools (W/MBE) Broward College (SDB) . County Business Enterprise (CBE) certified by: Broward County Office of Economic and Small Business Development

Note: Current Certificates Can Be Provided Upon Request

66 |

7/2/2018 BidSync p. 72 Broward County Board of PNC2116532P1 County Commissioners

Mark A. Mesiano, P.E. Principal Engineer

Mr. Mesiano has over 25 years of experience in the construction industry. He has extensive experience in program management in all phases of construction. His expertise includes Quality Assurance/Quality Control Manager and Threshold Inspector services for airports, highways, sports stadiums/arenas, power plants.

Select Projects: . E470 Highway project in Colorado - Resident Project Manager\PE for all QC testing of Soils, Concrete & Asphalt for Segments I, II, and III (29 miles of 4 lane toll highway, with 30 bridge structures). Responsibilities included overall Education: management of all field, laboratory, & administrative operations including B.S. Civil Engineering, managing field\laboratory technicians from a minority partner. Note: Project University of South Florida, required a fully equipped on-site laboratory with Soils, Concrete & Asphalt 1990 testing capabilities (project utilized Superpave asphalt pavement mixes and an on-site laboratory equipped with gyratory compactor & nuclear ovens for Professional asphalt content). The project won the following awards: Registration: . 1998 & 1999 National Asphalt Pavement Association – Quality in Professional Engineer, Florida Construction Award for Segments II and III Registration No. 48202 . 1998 Colorado Asphalt Pavement Association - Best in Colorado 120th Avenue to Parker Road (Segments I, II, and III) Professional Engineer, . 1999 American Concrete Pavement Association - Segments II and III Colorado, Registration No. Concrete Paving 31593 (inactive) . Tampa International Airport South Parking Garage - Project Manager for all Technical Certifications: materials testing for the new 6 level parking garage structure with 11 acre . Florida DOT Pre-stressed footprint, totaling approximately 66 acres of concrete parking deck. Concrete Inspector Responsible for supervising several resident full-time technicians and . Radiation Safety Officer laboratory testing of soils and concrete. and Instructor, PSI, Inc. . Tampa International Airport – Resident Inspector responsible for inspections . Structural Masonry and testing of Airside “F” Terminal Building, Airside “F” ATS, and Airside “F” Inspector, FL Concrete & Loading Bridge Caissons. Products Association . Ft. Lauderdale Executive Airport: Taxiway "Alpha" Relocation – Project (expired) Manager for soil and concrete testing services. . Nuclear Gauge Training and . Miami International Airport Mover APM System – Concrete Testing Services. Safety, Earthworks . Palm Beach International Airport: Galaxy Hangar “H” – Project Engineer Instrumentation, Inc. responsible for supervising resident building inspector and testing technicians. . Concrete Field Testing . St. Lucie Airport Fire Station – Project Manager for soil & concrete testing. Technician - Level I, . Jacksonville International Airport – Project Manager for soil & concrete testing American Concrete Institute (with onsite laboratory) at Taxiway Relocations for Concourse "C". (expired) . Quality Control Manager: Experienced in revising and updating Quality . Certified Engineering Control Manuals and the set-up and accreditation of multiple laboratories for Technician - Level II Soil, AASHTO\FDOT\USACOE\CMEC accreditations including initial and Concrete, Asphalt Testing, recertification inspections. National Institute for Certification in Engineering Technologies (NICET) (inactive) 67 |

7/2/2018 BidSync p. 73 Broward County Board of PNC2116532P1 County Commissioners

PAUL M. TENINTY CMT Field & Laboratory Supervisor

Mr. Teninty has 15 years of construction materials testing, inspection and construction related experience. He is highly skilled in supervising all work, paperwork, equipment, etc. for field & laboratory technicians in regards to construction materials testing, laboratory testing, and inspection/monitoring Professional projects. His expertise includes performing testing and laboratory work as needed, Certifications: including compaction testing, various types of concrete testing, structural masonry ■ CTQP Earthwork Constr. inspections, auger cast piling inspections, vibrofloatation inspections, demucking Inspection – Level I inspections, earthwork monitoring, roof uplift testing, field withdrawal resistance ■ CTQP Concrete Field testing, and various types of soil\concrete laboratory testing including grain size analysis, moisture density (proctor) tests, limerock bearing ratio (LBR) tests. Inspection

■ CTQP Concrete Field Select Projects: Technician – Level 1 ■ CTQP Qualified Sampler ■ Ft. Lauderdale International Airport Parking Garage – Piling Inspector, Technician driven, Auger Cast, drilled shaft. ■ CTQP Aggregate Testing ■ Broward Regional Park, Lauderhill, Florida – Soil Testing Technician, Technician density testing for large park with amphitheater, playing field, etc. ■ CTQP Aggregate Base ■ Silver Falls at Miramar, Florida – Earthwork Inspector (full time) for 275 Testing Technician acres of site development. ■ CTQP Concrete Lab ■ Botanica, Jupiter, Florida – Resident Earthwork Inspector for 300-400 acres Technician – Level 1 of site development. ■ CTQP Qualified Post- ■ Home Depot, various locations – Project Manager for testing and inspections. Tensioning Tech. - Level I ■ Belk Department Store, various locations – Project Manager for testing and ■ CTQP LBR Technician inspections. ■ ACI Aggregate Testing ■ CVS Pharmacy, various locations – Project Manager for testing and Technician – Level 1 inspections. ■ ACI Aggregate Base Testing Technician ■ ACI Concrete Laboratory Testing Technician- Level 1 ■ ACI Concrete Strength Testing Technician ■ ACI Concrete Field Testing Technician – Grade I ■ Florida Structural Masonry Inspector ■ Georgia Structural Masonry Inspector ■ Georgia Erosion Control Inspector Level I B ■ 40 Hour OSHA ■ Nuclear Gauge Training ■ Radiation Safety ■ Nuclear Gauge Operation

■ Nuclear Gauge Transport. 6 8 | 7/2/2018 BidSync p. 74

Broward County Board of PNC2116532P1 County Commissioners

■ 6 9 | 7/2/2018 BidSync p. 75

Broward County Board of PNC2116532P1 County Commissioners B

FLORIDA OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT Governmental Center Annex 115 S. Andrews Avenue, Room A680 • Fort Lauderdale, Florida 33301 954-357-6400 • FAX 954 -357-5674 • TTY 954-357-5664

May 7, 2018

Ms. Christine Chang FLORIDA ENGINEERING & TESTING, INC. 250 SW 13th Avenue Pompano Beach, Florida 33069

Dear Ms. Chang:

The Broward County Office of Economic and Small Business Development (OESBD) is pleased to announce that your firm's County Business Enterp1·lse (CBE) certification has been renewed.

Your firm 's certification is continuing from your anniversary date but is contingent upon the firm verifying its eligibility annually through this office. You will be notified in advance of your obligation to continue eligibilityin a timely fashion. However, the responsibility to assure continued certification is yours. Failure to document your firm's continued eligibility for the CBE program within thirty (30) days from your anniversary may result in the expiration of your firm's certification. Should you continue to be interested in certification after it has expired, you will need to submit a new application and all required supporting documentation for review. To review current Broward County Government bid opportunities visit: www.broward.org/Purchasing and click on "Current Solicitations and Resu lts." Also, from this website, you can log into your firm 's profile in BidSync to ensure you have added all appropriate classification codes. Bid opportunities over $3,500 will be advertised to vendors via e-mail and according to classification codes, so please ensure that both the Purchasing Division and OESBD are apprised of your current e-mail address. Your primary certific ation group is: Architecture/Engineering Services. This is also how your listing in our directory will read. You may access your firm 's listing by visiting the Office of Economic and Small Business Development Directory, located on the internet at: www.broward .org/EconDev and click on "Certified Firm Directories." Your firm may compete for, and perform work on Broward County projects in the following areas:

NAICS CODE: 541330, 541380

We look forward to working with you to achieve greater opportunities for your business through county procurement. Sincerely,

Sandy-Michael McDonald , Director Office of Economic and Small Business Development

Cert Agency: BC-CBE ANNIVERSARY DATE: November 15th

Broward County Board of County Commissioners Mark 0. Bogen • Beam Furr • Steve Geller • Dale V.C. Holness • Chip LaMarca • Nan H. Rich • Tim Ryan • Barbara Sharie! • Michael Udine www.broward.org

70 I

7/2/2018 BidSync p. 76

Broward County Board of PNC2116532P1 County Commissioners

THE SCHOOL BOARD OF BROWARD COUNTY, FLORIDA

SUPPLIER DIVERSITY & OUTREACH PROGRAM A DIVISION OF PROCUREMENT & WAREHOUSING SERVICES

This Certifies

Florida Engineering & Testing, Inc.

has met the requirements for certification established by the Supplier Diversity & Outreach Program of the School Board of Broward County as a

Subcontinent-Asian American (M/WBE)

4/27/2017 7007-2741 97 Effective Date Certification Number

4/26/2020 Expiration Date Colleen M. Robbs, Supplier Diversity & Outreach

7/2/2018 BidSync p. 77

Broward County Board of PNC2116532P1 County Commissioners

Firm Overview The Chappell Group, Inc. (TCG) was founded in 2005 and provides environmental consulting services to both the public and private sectors serving the South Florida area and the Caribbean. TCG is headquartered Pompano Beach and has an office in Miami Shores.

Environmental Permitting For over 13 years, TCG has provided environmental permitting services for various projects, project phases and permit compliance. TCG coordinates with various local, State, and Federal agencies during the pre-application process, the permitting processes, and the compliance phase. We have experience with Delineation, Permitting, agencies such as United States Army Corps of Mitigation, and Monitoring Engineers, South Florida Water Management Various Federal, State, and local agencies have District, Florida Department of Environmental requirements for the protection of wetlands, Protection, Florida Game and Freshwater wetland permitting, mitigation design, and Commission, and United States Fish and monitoring. TCG conducts jurisdictional wetland Wildlife Service. determinations and delineations; wetland permitting; wetland restoration, creation, or Coastal Engineering & Design enhancement projects in association with TCG specializes in the structural design and mitigation sites; and monitoring of wetland permitting of mid to large scale commercial and mitigation sites to meet wetland permit success residential marinas, single family docks, criteria. TCG identifies and provides mortality seawalls, breakwaters, wave attenuation assessment/counts of plants, oversight of devices, and all types of dredging projects. TCG maintenance and exotic removal, and has provided numerous clients with value assessment of general health and progress of engineering based on the needs of the client sites. and the limitations of the project parameters. TCG is an industry leader in the facilitation of Typical wetland assessments consist of a field permitting of docks and marinas throughout the assessment using a combination of the Routine State of Florida and is capable of providing all On-Site Determination Method as defined in the services required by regulatory agencies for 1987 Corps of Engineers Wetlands Delineation approval. TCG provides our clients with a Manual and the State's Unified Mitigation complete project management style that Assessment Method as described in FAC 62- includes design, benthic and analytical surveys, 345 and research utilizing reviews of historic permitting, construction inspection, and final aerial photography, soil and topographic completion certifications for coastal and marine surveys, and wetland inventory maps. projects.

714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants 72 |

7/2/2018 BidSync p. 78

Broward County Board of PNC2116532P1 County Commissioners

In addition, TCG's assessment personnel have Endangered Species Surveys extensive observations and findings experience TCG conducts threatened and endangered in conducting Phase I ESAs. In particular, we species surveys according to agency and have a thorough understanding of EPA, FDEP, scientific protocols. TCG has the capability of and county agency regulations concerning locating fixed features such as nests and issues that may be a potential environmental burrows through the use of sub-meter accurate concern on a subject site, as well Florida's GPS. TCG utilizes regulatory and scientific unique hydrogeology, water supply, soils, and methods for appropriate relocation or natural ecological systems.

preservation measures. Permitting and coordinating through applicable agencies may be sought and a habitat management plan devised if warranted. Environmental Impact Statements TCG has performed various Environmental Impact Assessments in accordance with N.E.P.A. requirements. These studies involve a wide range of issues including social, economic, cultural, historical, natural, and physical impact evaluations. Some issues considered during these studies are contamination, wetlands, water quality, air quality, noise, endangered Benthic Surveys species, archeological, and historical sites. TCG also performs benthic resource surveys Phase I Environmental Site (, corals etc.) via agency and scientific Assessments protocols for use with impact assessments, TCG performs a large number of Phase I permitting, and mitigation requirements. TCG Environmental Site Assessments (ESAs) yearly has experience in providing input to design and for public and private sector clients throughout construction activities which might minimize Florida. TCG site assessment personnel have impacts and costs for projects which involve extensive experience in determining the sensitive features.

potential environmental liabilities of a wide variety of sites throughout the U.S., ranging from vacant land and small residential sites to major industrial facilities. Our assessment staff has considerable experience in assessing site contamination on numerous petroleum and hazardous materials contaminated sites, including U.S. Environmental Protection Agency (EPA) CERCLA/"Superfund" sites, Florida Department of Environmental Protection (FDEP) State-funded action sites, and related facilities. We perform Phase I ESAs in accordance with the standards of practice and guidance as set forth by the American Society of Testing and Materials (ASTM) Standard E-1527-05. 714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants 73 |

7/2/2018 BidSync p. 79

Broward County Board of PNC2116532P1 County Commissioners

Mitigation Design & Monitoring TCG provides earthwork and planting design for small to large scale mitigation projects associated with residential, commercial, industrial, and marina projects. TCG provides our clients with detailed engineered drawings which include grading, planting schemes, maintenance and monitoring plans, and cost estimates for all types of mitigation projects. TCG designs freshwater, tidal, benthic, and stormwater improvement mitigation projects for various clients to offset the unavoidable impacts that projects can require for a proposed development to succeed in the regulatory process.

Chemical & Physical Analysis TCG performs water quality sampling based on the required field parameters and analytical results required for marina projects in the State of Florida. TCG uses state of the art Quanta sampling equipment to determine the pH, dissolved oxygen, temperature, salinity, conductivity, and turbidity of the tidal or freshwater system. TCG also provides water quality and sediment sampling for heavy metals, hydrocarbons, nutrients, and microbiological levels specific to the needs of the project.

714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants 74 |

7/2/2018 BidSync p. 80

Broward County Board of PNC2116532P1 County Commissioners

Specialized Experience TCG has performed environmental assessment, planning, design, and construction services including coastal and marina design and permitting services for clients in the public and private sectors below budget and within construction time constraints. TCG extensive experience in permitting for small and large public capital projects makes it one of the most qualified firms in Florida for this project. The following is a partial list of projects performed by TCG:

Project Name Client Location Task(s) Environmental Design, Port Everglades Broward County Permitting, Construction Turning Notch Port Everglades, FL Seaport Construction Observation, Mitigation Design & Extension Permitting, Mitigation Monitoring City of Pompano Environmental Permitting, Pompano Fishing Fleet Pompano Beach, FL Beach Benthic Survey Port Everglades Broward County Environmental Port Everglades, FL Environmental Assessment Seaport Construction Inventory Las Olas Marina/ Hall City of Fort Benthic Survey, Bathymetric Fort Lauderdale, FL of Fame Marina Lauderdale Survey Marine Turtle Lighting Review, City of Deerfield The Ocean Hotel Deerfield Beach, FL Coastal Construction Line Beach Permitting Marina Design, Regulatory Daytona Beach Marina Bluewater VI Daytona Beach, FL Permitting, Environmental Site Assessment Marine Turtle Lighting Review, City of Deerfield Deerfield Beach Pier Deerfield Beach, FL Coastal Construction Line Beach Permitting FDEP State Parks Florida Department of Design & Permitting of Coastal Engineering Environmental State of Florida Recreational Amenities & Continuing Services Protection Infrastructure Environmental Permitting, Harbour Towne Marina City of Dania Beach Dania Beach, FL Benthic Survey, DRC Assistance, Marina Design

Our involvement with these projects and many others has allowed our staff to be on a first name basis with clients, staff and with the regulatory agencies. We believe that open communication lines are important to a successful project and these have already been established within the clients we provide services for.

714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants 75 |

7/2/2018 BidSync p. 81

Broward County Board of PNC2116532P1 County Commissioners

TCG provides consulting services for other agencies on a continuing basis such as the School Board of Broward County, Broward County Office of Waste & Recycling Service, Port Everglades, South Florida Water Management District, City of Sunrise, City of Miramar, Town of Davie, South Broward Drainage District, City of Tampa, City of Daytona Beach, City of Dania Beach, and many others. These projects have ranged from small environmental and dock design projects to 5 million dollar waste to energy wetland mitigation projects.

The experience gained in these contracts has allowed us to better tailor our service to the needs of a public agency. We understand the requirements and sometimes restrictions that the public staff must adhere to. expertise are available for multi-disciplinary projects.

TCG has successfully developed plans and obtain permits from the appropriate governmental agencies including Florida Department of Environmental Protection, Army Corps of Engineers, South Florida Water Management District, Florida Fish and Wildlife Conservation Commission, U.S. Fish and Wildlife Service, and many County Environmental Regulatory agencies throughout the State of Florida for a wide variety of projects. TCG has numerous projects ongoing with Additional Relevant Experience municipalities around the State of Florida and

has successfully coordinated projects through Environmental/Construction the permitting, design, and implementation Coordination: stages of their respective capital projects.

TCG is a certified DBE/MBE/CBE/SBE firm that covers the specialized fields of wetlands delineation, marina and wetland permitting, marina design, wetland mitigation, and monitoring; threatened and endangered species surveys and habitat management plans; environmental impact assessments; Phase I environmental site assessments; benthic surveys; and all forms of environmental permitting and compliance for Federal, State, and local agencies. In this regard, TCG is unique because engineering, environmental, regulatory, scientific, and operational field

714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants 76 |

7/2/2018 BidSync p. 82

Broward County Board of PNC2116532P1 County Commissioners

Professional Staff Nick Zweber Sarah Chappell Mr. Nick Zweber is a Senior Project Biologist Ms. Sarah Chappell is President of the Chappell and Compliance Inspector with The Chappell Group, Inc. In 2005, Mrs. Chappell founded The Group, Inc. and his capabilities include wetland Chappell Group, Inc. a women-owned and jurisdictional determinations, environmental operated, environmental consulting firm serving assessment, seagrass surveys, environmental the South Florida area and the Caribbean. Her permitting, mitigation design, and mitigation responsibilities include oversight of all corporate monitoring. Mr. Zweber also serves as operations, financial administration, staff compliance inspector, providing construction management, proposal development, observation and oversight for compliance with presentations as well as performing wetland permits. Mr. Zweber is also an ISA Certified jurisdictional determinations, environmental Arborist. feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting, mitigation Kathryn Bongarzone design and monitoring, and marina design and Ms. Kathryn Bongarzone is a Senior Project permitting. Biologist with the Chappell Group, Inc. and her capabilities include wetland jurisdictional Tyler Chappell determinations, environmental assessment, Mr. Tyler Chappell is Vice President/Principal seagrass surveys, environmental permitting, Biologist of the Chappell Group, Inc. and his mitigation design, and mitigation monitoring. Ms. capabilities include wetland jurisdictional Bongarzone also provides environmental determinations, environmental feasibility studies, permitting services, with experience in the Phase I ESA’s, seagrass surveys, gopher processing of regulatory permits for docks, tortoise surveys, environmental permitting with marinas and wetlands. Ms. Bongarzone is also all agencies, mitigation design, mitigation an ISA Certified Arborist. monitoring, and coastal engineering. Mr. Chappell has performed a number of Sara Gutekunst endangered and threatened species surveys, Ms. Sara Gutekunst is a Project Biologist with jurisdictional determinations, and environmental the Chappell Group, Inc. and her capabilities monitoring reports. Mr. Chappell has over 20 include wetland jurisdictional determinations, years of experience in many types of environmental assessment, seagrass surveys, environmental permitting, including environmental permitting, mitigation design, and residential/commercial docks and marina mitigation monitoring. Ms. Gutekunst also permitting. Mr. Chappell serves on various provides environmental permitting services, with community service boards and is the past experience in the processing of regulatory president of the South Florida Association of permits for docks, marinas and wetlands. Environmental Professionals, the current Broward Commissioner of the Florida Inland Navigation District and the Hillsboro Inlet District. Mr. Chappell is also an ISA Certified Arborist.

714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants 77 |

7/2/2018 BidSync p. 83

Broward County Board of PNC2116532P1 County Commissioners Professional Resume

SARAH DINNEN CHAPPELL

714 EAST MCNAB ROAD, POMPANO BEACH, FL. 33064 [email protected]

Education Florida State University, Tallahassee, Florida, Bachelor of Science, May 1999, Political Science/Communication

Continued Education and Training: South Florida Water Management District UMAM 201 Training, May 2010 ISA Certified Arborist (Pending) PADI Scuba Training 2013

Summary In 2005, Mrs. Chappell founded The Chappell Group, Inc. a women-owned and operated, environmental consulting firm serving Broward County and the South Florida area. As a small business doing business in Broward County, The Chappell Group, Inc. provides environmental consulting services to both the public and private sectors.

PRESIDENT/OWNER APRIL 2005 – PRESENT The Chappell Group, Inc. Pompano Beach, Florida As President of The Chappell Group, Inc., Mrs. Chappell’s responsibilities include oversight of all corporate operations, financial administration, staff management, proposal development, presentations as well as performing wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting, mitigation design and monitoring, and marina design and permitting. Ms. Chappell conducts numerous seagrass surveys by scuba and snorkel, wetland delineations, mitigation monitoring, endangered and threatened species studies and associated field work on a regular basis. Ms. Chappell also processes environmental resource permitting of various projects and coordination with US Army Corps of Engineers, Florida Department of Environmental Protection, and Broward County Environmental Protection and Growth Management Department.

Partial List of Projects:

 Port Everglades Turning Notch, Port Everglades  Deerfield Beach Pier Renovation, Deerfield Beach  Daytona Beach Marina, Daytona Beach  Alsdorf Park, Deerfield Beach  Dania Beach Marina, Dania Beach  La Siesta Resort, Islamorada  The Quay  Southport Phase IX

Affiliations:  Leadership Broward Graduate, Class 22  Marine Industries Association of South Florida  Florida Association of Environmental Professionals, Member  South Florida Association of Environmental Professionals, Member  Broward Alliance, Past Member  International Society of Arborists  Friends of Birch State Park, Terramar Society Member  Junior League of Greater Fort Lauderdale, Past Member  Children’s Diagnostic & Treatment Center, Friends Member

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908 Fax: (954) 782-1108 78 | [email protected]

7/2/2018 BidSync www.thechappellgroup.com p. 84

Broward County Board of PNC2116532P1 County Commissioners Professional Resume

NICK ZWEBER

Education Saint John’s University- Collegeville, Minnesota, Bachelor of Arts, Biology, 2012 Summary Mr. Zweber’s capabilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting, mitigation design, and mitigation monitoring. Mr. Zweber has performed a number of endangered and threatened species surveys, jurisdictional determinations, and reports. He has experience in many types of environmental permitting, including residential docks, marinas and coastal development. Mr. Zweber also serves as compliance inspector, providing construction observation and oversight for regulatory permit compliance including turbidity monitoring, mitigation planting inspections, and verification of erosion control devices.

Professional Experience: SENIOR PROJECT BIOLOGIST/COMPLIANCE INSPECTOR OCTOBER 2013 – PRESENT The Chappell Group, Inc. Pompano Beach, Florida Responsibilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting with all agencies, mitigation design, and mitigation monitoring. Residential and commercial marina permitting and design including all aspects of sovereign submerged land regulations with the Division of State Lands.

MARINE SCIENCE INSTRUCTOR SEPTEMBER 2012 – MAY 2013 Newfound Harbor Marine Institute at Seacamp, Big Pine Key, Florida Responsibilities included educating middle school and high school students on the subtropical marine ecosystems of the Florida Keys, coordinating with teachers to determine program logistics and schools’ schedules, operating a 26 foot United States Coast Guard designated Oceanographic Research Vessel to take students on snorkeling trips.

NORTH PACIFIC GROUNDFISH OBSERVER JUNE 2012 – SEPTEMBER 2012 TechSea International Inc. Seattle, Washington Responsibilities included collecting species composition data of fish caught by commercial fishing vessels in the Bering Sea, coordinating with the National Marine Service to ensure fisheries regulations were enforced, collecting scales, lengths, and otoliths of fish caught to determine age, recording mammalian and bird sightings and interactions.

Partial List of Projects:  Port Everglades Turning Notch Expansion, Port Everglades, FL  Broward County Segment II Beach Renourishment, Fort Lauderdale, FL  Markham Park, Broward County  Dania Beach Marina, Dania Beach, FL  The Oceanage, Fort Lauderdale, FL  Port Everglades Southport Phase IX, Port Everglades, FL  Dania Beach Waterfront Revitalization, Dania Beach , FL  Cooper City Soccer Park, Cooper City  Bahia Mar Dredging Project, City of Fort Lauderdale  Boca Raton Waterway Parks Improvements, Boca Raton, FL

Affiliations:  South Florida Association of Environmental Professionals, Member  International Society of Arboriculture, Certified Arborist, Member

Certifications:  ISA Certified Arborist  PADI Open Water SCUBA  40 Hour HAZWOPER Certification  FDEP Stormwater Management Inspector

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908 Fax: (954) 782-1108 79 | [email protected] 7/2/2018 BidSync www.thechappellgroup.com p. 85

Broward County Board of PNC2116532P1 County Commissioners Professional Resume

TYLER CHAPPELL

Education Texas Christian University- Fort Worth, Texas, Bachelor of Science, August 1997, Environmental Science Summary Mr. Chappell’s capabilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, gopher tortoise surveys, environmental permitting, mitigation design, and mitigation monitoring. Mr. Chappell has performed a number of endangered and threatened species surveys, jurisdictional determinations, and environmental monitoring reports. He has prepared numerous Phase I ESA’s and has over eighteen years of experience in many types of environmental permitting, including residential docks, marinas and coastal development.

Professional Experience:

VICE PRESIDENT APRIL 2005 – PRESENT The Chappell Group, Inc. Pompano Beach, Florida Responsibilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, gopher tortoise surveys, environmental permitting with all agencies, mitigation design, and mitigation monitoring. Residential and commercial marina permitting and design including all aspects of sovereign submerged land regulations with the Division of State Lands.

DIRECTOR, ENVIRONMENTAL SERVICES JANUARY 1998 – APRIL 2005 Craven Thompson & Associates, Inc. Fort Lauderdale, Florida Responsibilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, gopher tortoise surveys, environmental permitting with all agencies, mitigation design, and mitigation monitoring. Residential and commercial marina permitting and design including all aspects of sovereign submerged land regulations with the Division of State Lands.

Partial List of Projects:  Gateway Hotel & Marina, Daytona Beach  Harbour Towne Marina – Dania Beach  Sunrise Harbor Marina, Fort Lauderdale  Port Everglades Bridge over the FPL Discharge Canal, Port Everglades  Boca Raton Beach Club & Marina, Boca Raton  Ocean Express Pipeline, Dania Beach / Bahamas  Miramar Regional Park, Miramar  Dania BeachPort Casino, Dania Beach  Border Patrol Center, Hollywood, FL  Heron Bay, Parkland  White Bay Cay, Exumas  Hall of Fame Marina, Fort Lauderdale  Fort Lauderdale Hollywood International Airport, Broward County  Broward County Mitigation Monitoring, BC Waste & Recycling Services  Pembroke Road over I-75, Broward County  Sheridan Street, Broward County  Deerfield Beach Pier Renovation, Deerfield Beach, FL  Radisson Riverwalk Hotel, Tampa  Port Everglades Turning Notch Expansion, Fort Lauderdale, FL  Dania Beach Marina, Dania Beach, FL

Certifications:  ISA Certified Arborist

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908, ext. 300 Fax: (954) 782-110880 110 [email protected] 80 | www.thechappellgroup.com 880 7/2/2018 BidSync p. 86 | Broward County Board of PNC2116532P1 County Commissioners Affiliations:  South Florida Association of Environmental Professionals, Past President  Florida Association of Environmental Professionals, Past Board Member  Leadership Broward Graduate, Class XIX  Marine Industries Association of South Florida, Member  Florida Inland Navigation District, Broward Commissioner  Riverwalk Trust, Past Board Member  Broward Alliance, Past Investor  International Society of Arboriculture, Certified Arborist, Member  Hillsboro Inlet District, Broward Commissioner  Friends of Hugh Taylor Birch State Park, Secretary of Board  Port Everglades Association, Board Member  Broward Workshop, Business Advocacy Committee  Coastal Coalition, Fort Lauderdale Chamber of Commerce

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908, ext. 300 Fax: (954) 782-1108 81 | [email protected] www.thechappellgroup.com 7/2/2018 BidSync p. 87

Broward County Board of PNC2116532P1 County Commissioners Professional Resume KATHRYN BONGARZONE

Education

Averett University, Danville Virginia 2007-2010 B.S. Environmental Science, minor Political Science, Magna Cum Lade Summary Ms. Bongarzone’s capabilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting, mitigation design, and mitigation monitoring. Ms. Bongarzone has experience with endangered and threatened species surveys, jurisdictional determinations, and environmental monitoring reports. As a member of The Chappell Group, Inc.’s team, Ms. Bongarzone is handling environmental permitting, including residential docks, marinas and coastal development projects. Professional Experience: SENIOR PROJECT BIOLOGIST MAY 2014 – PRESENT The Chappell Group, Inc. Pompano Beach, Florida Responsibilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting with all agencies, mitigation design, and mitigation monitoring. Residential and commercial marina permitting and design including all aspects of sovereign submerged land regulations with the Division of State Lands.

Newfound Harbor Marine Institute at Seacamp Association Head Unit Leader/Instructor SEPTEMBER 2012- APRIL 2014 -Teach students through lecture, laboratory and field lessons in interpretive tropical marine science both on land and on water - Captain a 26 ft. USCG designated research vessel, act as an ARC life guard, NAUI skin diving leader, and participate in hospitality services necessary to a residential facility - Work directly with teachers to coordinate their trip for up to 120 students, including logistics, custom scheduling and lesson plans to fit the needs of each school

Partial List of Projects: Port Everglades Turning Notch Expansion, Port Everglades Dania Beach Marina, Dania Beach Yachts Miami Boat show, Miami Beach Bahia Mar, City of Fort Lauderdale Sunrise Parks, City of Sunrise Cooper City Soccer Park, Cooper City Alsdorf Park, Pompano Beach Private client, single family home dock design and permitting Affiliations: South Florida Association of Environmental Professionals, Member

Certifications: USCG OUVP Licensed Captain with Towing Endorsement ARC Lifeguard, First Aid and CPR certified ARC Lifeguard, First Aid and CPR Instructor PADI Open water SCUBA certified

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908 Fax: (954) 782-110882 | www.thechappellgroup.com 82 | 7/2/2018 BidSync p. 88

Broward County Board of PNC2116532P1 County Commissioners Professional Resume SARA GUTEKUNST Education

University of Miami, Coral Gables, Florida, 2009-2013 B.S. Marine and Atmospheric Science, Majors in Marine Science and Biology, Minor in Chemistry Summary Ms. Gutekunst’s capabilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting, mitigation design, and mitigation monitoring. Ms. Gutekunst has experience with endangered and threatened species surveys, jurisdictional determinations, and environmental monitoring reports. As a member of The Chappell Group, Inc.’s team, Ms. Gutekunst is handling environmental permitting, including residential docks, marinas and coastal development projects.

Professional Experience:

PROJECT BIOLOGIST JANUARY 2016 – PRESENT The Chappell Group, Inc., Pompano Beach, Florida Responsibilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting with all agencies, mitigation design, and mitigation monitoring. Residential and commercial marina permitting and design including all aspects of sovereign submerged land regulations with the Division of State Lands.

MARINE SCIENCE AND SAILING INSTRUCTOR OCTOBER 2013 – OCTOBER 2014 Newfound Harbor Marine Institute at Seacamp Association, Inc., Big Pine Key, Florida Designed and taught interactive and immersive marine science classes to educate students, parents and teachers about the importance of conserving marine ecosystems. Gained management experience as a coordinator of staff for school groups as large as 180 participants. Operated a 26 ft. USCG designated research vessel, acted as an ARC life guard, NAUI skin diving leader and NAUI rescue SCUBA diver. Acted as a liaison between Seacamp Association, Inc. and visiting institutions before and during their stay.

UNDERGRADUATE RESEARCH ASSISTANT JANUARY 2010 – MAY 2013 University of Miami, Coral Gables, Florida Conducted molecular research on the connectivity of crustacean populations in the Florida Keys to understand gene flow and support conservation of marine environments. Examined the speciation of anemone-associated snapping shrimps to understand its implications on conservation of biodiversity. Used common molecular techniques such as PCR, gel electrophoresis and DNA extractions to contribute to collaborative research projects.

Partial List of Projects: Beach Renourishment Segment II, Broward County Port Everglades Turning Notch Expansion, Port Everglades Heron Bay Development, Parkland, Florida Lauderdale Marine Center, Fort Lauderdale, Florida Rocky Point Apartments, Tampa, Florida Island Country Club, Marco Island, Florida Private client, single family home dock design and permitting Certifications: SSI Open Water SCUBA

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908 Fax: (954) 782-110883 | www.thechappellgroup.com 83 | 7/2/2018 BidSync p. 89

Broward County Board of PNC2116532P1 County Commissioners Professional Resume HAYLEY DE MARCHIS Education

University of Delaware, Newark, DE, 2011-2014 B.S. Marine Science, Concentration in

Nova Southeastern University, Dania Beach, FL, 2015-2018 M.S. Marine Biology Summary Ms. De Marchis’ capabilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting, mitigation design, and mitigation monitoring. Ms. De Marchis has experience with endangered and threatened species surveys, jurisdictional determinations, and environmental monitoring reports. Ms. De Marchis has performed field work involving the removal and relocation of coral species and has applied aquaculture methods to sustain coral life in a laboratory setting. As a member of The Chappell Group, Inc.’s team, Ms. De Marchis is handling environmental permitting, including residential docks, marinas and coastal development projects.

Professional Experience:

PROJECT BIOLOGIST MARCH 2018 – PRESENT The Chappell Group, Inc., Pompano Beach, Florida Responsibilities include wetland jurisdictional determinations, environmental feasibility studies, Phase I ESA’s, seagrass surveys, environmental permitting with all agencies, mitigation design, and mitigation monitoring. Residential and commercial marina permitting and design including all aspects of sovereign submerged land regulations with the Division of State Lands.

LABORATORY ASSISTANT SEPTEMBER 2015 – NOVEMBER 2017 Nova Southeastern University, Dania Beach, Florida Conducted research in the Marine Larval Ecology Laboratory to investigate impacts on coral species. Performed statistical data analyses for research using R programming language. Wrote research manuscript for publication. Performed field work involving the removal and relocation of coral species along Florida’s coastline.

EPSCOR SUMMER SCHOLAR JUNE 2014 – AUGUST 2014 University of Delaware, Lewes, DE Conducted biological research at the University of Delaware to investigate polarized light as a behavioral cue in the sand flea Talorchestia megalopthalma. Performed statistical data analyses for research using R programming language. Wrote research manuscript for potential publication.

Partial List of Projects: Port Everglades Turning Notch Expansion, Port Everglades Hollywood North Beach Park Mooring Field, Hollywood, Florida Miami Yacht Show, Miami, Florida Private client, single family home dock design and permitting Dania Jai Alai Wetland Mitigation, Dania Beach, Florida Certifications: PADI Advanced Open Water SCUBA PADI Rescue Diver PADI Enriched Air Nitrox Diver

714 East McNab Road Pompano Beach, Florida 33060 Ph: (954) 782-1908 Fax: (954) 782-110884 | www.thechappellgroup.com 84 | 7/2/2018 BidSync p. 90 Broward County Board of PNC2116532P1 County Commissioners

State of Florida Department of State

I certify from the records of this office that THE CHAPPELL GROUP, INC. is a corporation organized under the laws of the State of Florida, filed on April 14, 2005.

The document number of this corporation is P05000055901.

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 March 8, 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 Eighth day of March, 2018

Tracking Number: CC0202179544

To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed.

https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication

85 |

7/2/2018 BidSync p. 91

Broward County Board of PNC2116532P1 County Commissioners

QUALIFIED STORMWATER MANAGEMENT INSPECTOR

The undersigned hereby acknowledges that Nicholas Zweber has successfully met all requirements necessary to be fully qualified through the Florida D-epartment of Environmental Protection Stormwater Erosion and Control Inspector Training Program

7/2/2018 BidSync p. 92

Broward County Board of PNC2116532P1 County Commissioners B CWARD COUNTY '·F. L O R 1• 0 A OFFICE OF ECONOMIC AND SMALL BUSINESS DEVELOPMENT Governmental Center Annex 115 S. Andrews Avenue , Room A680 • Fort Lauderdale, Florida 33301 954-357-6400 • FAX 954-357-5674 • TTY 954-357-5664

August 29, 2017

Ms. Sarah Chappell THE CHAPPELL GROUP, INC. 714 East McNab Road Pompano Beach, Florida 33060

1 ANNIVERSARY DATE -Annually, on August 3 P

Dear Ms. Chappell:

Broward County is pleased to announce The Chappell Group, Inc. has renewed its certification as a Disadvantaged Business Enterprise [DBE] in Florida, under a Unified Certification Program [UCP] in accordance with 49 CFR, PART 26.

DBE certification continues from your anniversary date, but is contingent upon The Chappell Group, Inc. renewing its eligibility annually through this office, Office of Economic and Small Business Development (OESBD). OESBD will notify you in advance of your obligation to provide continuing eligibility documents; however, assuring continued certification is your responsibility. Failure to continue your eligibility will result in immediate action to remove The Chappell Group, Inc. as a DBE.

As long as The Chappell Group, Inc. is listed in the DBE Directory, it is considered DBE Certified by all Florida UCP Members.

DBE Certification is subject to actions by governmental agencies impacting the disadvantaged status of The Chappell Group, Inc.

The Chappell Group, Inc. will be listed in Florida's UCP DBE Directory which can be accessed via the internet, at http://www3b.dot.statef.l. us/Equal0pportunity0 fficeBusinessDirectory/.

DBE certification is NOT a guarantee of work, but enables The Chappell Group, Inc. to compete for, and perform, contract work on all USDOT Federal Aid (FAA, FTA and FHWA) projects in Florida as a DBE contractor, sub-contractor, consultant, and sub-consultant or material supplier.

Broward County Board o Broward County Board of County Commissioners Mark D. Bogen• Beam Furr • Steve Geller • Dale V.C. Holness • Chip LaMarca • Nan H. Rich • Tim Ryan• Barbara Sharie! • Michasl Udine www.broward.org

87 |

7/2/2018 BidSync p. 93

Broward County Board of PNC2116532P1 County Commissioners

Re: The Chappell Group, Inc. August 29, 2017

If, at any time, there is a material change in The Chappell Group, Inc. including, but not limited to, ownership, officers, directors, scope of work being performed, daily operations, affiliations with other businesses or individuals or physical location of The Chappell Group, Inc., you must notify OESBD, in writing, without delay. Notification should include supporting documentation. You will receive acknowledgement and confirmation of continued eligibility, if applicable after notification of changes.

The Chappell Group, Inc. may compete for, and perform, work on all USDOT Federal Aid projects throughout Florida , receiving DBE credit for work performed in the following area:

NAICS CODE: 541340 Drafting Services NAICS CODE: 541620 Environmental Consulting Services NAICS CODE: 541690 Other Scientific and Technical Consulting Services NAICS CODE: 541990 All Other Professional, Scientific, and Technical Services

Please feel free to contact OESBD for any questions or concerns pertaining to your DBE certification. Our telephone number is (954) 357-6400; our fax number is (954) 357-5674.

Sincerely,

Sandy-Michael McDonald, Direct Office of Economic and Small Business Development

2 88 I

7/2/2018 BidSync p. 94 Broward County Board of PNC2116532P1 County Commissioners

Internal Services Department Small Business Development 111 NW 1 Street, 19th Floor Miami. Florida 33128 T 305-375-3111 F 305-375-3160

June 17, 2015 CERT NO: 15968

Approval Date: 6/17/2015 - SBE/AE Ms. Sarah D. Chappell Expiration Date: 6/30/2018 THE CHAPPELL GROUP, INC. 714 E Mcnab Rd Pompano Beach, FL 33060-0000

Dear Ms. Chappell:

Miami-Dade County Small Business Development (SBD), a divis ion of the Internal Services Department (ISO) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise Architectural & Engineering (SBE/AE) in accordance with section 2-10.4.01 of the code of Miami-Dade County.

This (SBE/AE) certification is valid for three years provided that you subm i t a "Continuing Eligibility Affidavit" on or before your anniversary date of {June 17} for the first and second year of the three year period . The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuin g 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 responsibili ty in advance of the Anniversary Date. Failure to comply with the said responsibi lities may result in immediate action to decertify the firm.

If at any tim e there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations , affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period, you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code.

Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterp rise measures.

Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami-Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://www.miamidade.gov/business/business-certification-programs.asp.

Thank you for your interest in doing business with Miami-Dade County.

Sincerely ,

audious Thompson, SBD Section Chief Small Business Development Division

CATEGORIES: (Your firm may bid or participate on contracts only under these categories)

1003 • ENVIRONMENTAL ENGINEER ING-BI OLOGY SERVICES (SBEIAE) 541330 · ENGINEERING SERVICES (S BE/AE) 89 I

7/2/2018 BidSync p. 95 Broward County Board of PNC2116532P1 County Commissioners

M s. Sarah D. Chappell THE CHAPPELL GROUP, INC. Cert No: 15967 June 17, 2015 Page 2

CATEGORIES: (Your firm may bid or participate on contrac ts only under these categories)

918 - CONSULTING SERVICES (MICRO/SBE) 91800 - CONSULTING SERV ICES (MICRO/SBE) 91812 - ANALYTICA L STUOIES AND SURVEYS (CONSUL TING) (MICRO/SBE) 91815 - ARCH ITECTURAL CONSUL TING {MICRO/SBE) 91831 - CONSTRUC TION CONSULTING (MICRO/SSE) 91342 - ENGINEERING CONS UL TING (MICRO/S SE) 91343 - ENVIRONMENTAL CONSUL TING (MICROISBE) 91346 - FEASIB ILITY STUDIES (CONSULTING) (MICRO/SBE ) 92600 - ENVIRONMENTAL ANO ECOLOGICAL SERVICES (MICRO/SBE) 92672 - PLANNING ANO ADVISORY SERVICES, ENVIRONMENTAL (MICROtSBE) 92678 -R EMEDIATION SERV ICES, ENVIRONMENTA L (INCLUDING REHABILITATION SERVICES ANO MOLD REME D!ATION) (MICRO/SSE) 92685 - SOIL, SOIL VAPOR, AND GROUNDWATER SAMPLING ANO ANA L YSIS (INCLUDING DISPOSAL) (MICRO/SBE) 92690 - SUBSURFACE TESTING, ENVIRONMENTAL (MICRO/SSE) 92696 - WE TLAND DELINEA TIONS (MICROISBE) 95800 - MANAGEMENT SERVICES (MICRO/SSE) 95897 - WILDLIFE/FISH MANAGEMENT SERVICES (INCLUD ING ENDANGERED SPECIES AND WILDLIFE CENSUS) (MICROISBE) 961 - MISCELLANEO U S PROFESSIONAL SERVICES (MICRO/SSE) 96100 - MISCELLANEOUS SERVICES. NO 1 (NOT OTHERWISE CLASSIFIED) (MICROISB E) 96132 - ENVIRONMENTAL IMPACT STUDIES (MICRO/SSE) 968 - PUBLIC WORKS, CONSTRUCTION, AND RELATED SERVICES (MICRO/SSE) 96800 - PUBLIC WORKS AND RELATED SERVICES (MICRO/SSE) 96891 - WATER SUPPLY ANA LYSIS. INFRASTRUCTURE ANALYS IS, WA (MICRO/SSE)

90 I

7/2/2018 BidSync p. 96 Broward County Board of PNC2116532P1 County Commissioners

Tab 2 A BEA Project Approach

91 |

7/2/2018 BidSync p. 97 Broward County Board of PNC2116532P1 County Commissioners

PROJECT INITIATION - Programming and Site Selection

As Architects, BEA Architects understands the importance of a thorough, accurate and comprehensive Programming process which takes into account user operations, personnel, equipment, vehicles, material needs, material storage, receiving/deliveries requirements, and projections for future operations. The Programming phase will set the course for subsequent design phases. It is imperative at this initial phase to identify all stakeholders associated with the proposed project, including the target clients served by this facility; to articulate and understand the Mission and focus of the department and sub-groups within the department; to identify the integration of technologies, including wireless technologies, into the facility’s operations and spaces; to create enhanced worker amenities and worker support spaces; to make empirical, data-based projections for future operational requirements; and to ultimately diagram and quantify the resultant spatial and technical requirements. Programming must also formulate a Maintenance of Operations plan to maintain all required services during construction and relocation of functions to a new facility.

Concurrent with the Programming task, BEA foresees undertaking a critical Site Selection exercise where our Team will assist the Port in evaluating multiple site options within the Port Everglades campus, considering Environmental issues affecting the site, vehicular circulation, coordination with the PEV Master/Vision Plan, Emergency and Security requirements, regulatory requirements, and coordination with utilities and local Authorities Having Jurisdiction (AHJs).

PROGRAMMING

BEA Architects has extensive experience with the critical Programming Phase of projects. BEA has completed numerous programming exercises with private as well as public-sector Clients, including public libraries, cruise terminals, shipping operations, airport terminals, university projects, public parks and sports facilities.

The first crucial step in programming is to identify all users and stake-holders who will utilize or be impacted by the proposed facility. Working closely with the Port, BEA will identify and interview key stakeholders; identify their current and future needs; take inventory of existing service equipment/tools and power requirements; identify future equipment needs; identify present (and future) technologies supporting the department’s Mission; take inventory of existing furnishings and identify future furnishings and accessory requirements. This process will include initial and follow-up interviews with users and stakeholders, with client service-recipients, and with Port leadership to obtain consensus on the direction, content and vision of the Programming effort

Programming tasks will include:

. Identification of users and stakeholders. . Articulation of the Maintenance Department’s (and sub-groups) Mission/Vision statement . Identification of potentially shared functions and common-use facilities . Identification of operational synergies . Identification of potential efficiencies in operations and delivery of services . Reduction or elimination redundant functions . Where possible, rethinking and re-imagining how the Department or sub-groups work and deliver services; understand and analyze their internal processes; analyze work flow, work product and work delivery; look for stream-lining, efficiencies, optimal adjacencies and elimination of unnecessary redundancies.

92 |

7/2/2018 BidSync p. 98 Broward County Board of PNC2116532P1 County Commissioners

. Taking inventory of current vehicle count, vehicle types and parking requirements; projection of future vehicular requirements; consideration of fueling requirements; possible creation of a green vehicle fleet with alternative fuel options . Reconnoiter and inventory existing physical facilities . Consideration of emergency management plans and contingencies . Identification of operational strategies and protocols before/during/after storm events, or other emergency events . Identification and integration of technological requirements, including projections of future technology needs and strategies. . Holding detailed comprehensive interviews with users and stakeholders; analyzing organizational input and goals; reviewing conclusions with Port leadership, and obtaining consensus of the Programming results. . Making a fact-based assessment of future operational needs including projections of overall Port business and traffic growth impacting Maintenance operations and programming. . Identification of regulatory requirements impacting Programming and spatial requirements, including local AHJ requirements . Bringing emphasis and enhancement of Workplace Safety and Security . Bringing emphasis to an accessible and inclusive workplace . Identification of worker amenities and support spaces. . Quantifying and diagramming spatial requirements

SITE SELECTION

The BEA Architects Team has extensive experience with the physical lay-out of the Port Everglades campus, having worked on a variety of projects at Northport, Midport and Southport areas of Port Everglades. The BEA Team has detailed knowledge of issues affecting site work and site utilization at Port Everglades, including coordination with and provision of utilities; vehicular circulation; passenger access and passenger circulation; signage and wayfinding; environmental compliance; testing and mitigation of contaminated soils and water; strategies for site drainage, water retention and filtration; exterior site lighting and environmental compliance related to exterior lighting; treatment and disposal of dredge material often located on port sites; Safety and Security requirements; Flood elevations and storm surge elevations as required by local AHJs; coordination with Port Everglades current Master/Vision Plan; compliance with numerous regulatory requirements from Authorities Having Jurisdiction over Port projects; and general Port operations and administration.

All of these factors will need to be evaluated as the BEA Team and the Port evaluate various options in selecting a centrally located site for the proposed Consolidated Facilities Maintenance Building. Site selection will also need to consider area requirements predicated by the Programming effort including program building area, service vehicle count, required parking, circulation and staging areas, and other support functions.

The BEA Team will prepare site diagrams and supporting data for each potential site to facilitate the Port’s decision- making process. The site selection process will enlist the collaboration of BEA Architects, Keith Associates (Civil and Surveying), The Chappell Group (Environmental assessment), and Florida Engineering and Testing (Soils and Materials Testing); specialty testing can also be provided for water and soil contaminants as needed.

93 |

7/2/2018 BidSync p. 99 Broward County Board of PNC2116532P1 County Commissioners

DESIGN AND PRODUCTION

The BEA Architects Team is comprised of design professionals with extensive experience in realizing projects at Port Everglades and Broward County. BEA Architects is a South Florida based architectural firm in business for over twenty years. We have more than thirty design professionals on staff. We have a long list of completed projects throughout South Florida, including projects in Broward County and Port Everglades.

Additionally, our Team is comprised of subconsultants who specialize in their specific portion of the project and have completed various projects successfully, including projects in the County. These subconsultants are as follows:

 Keith Associates for Civil Engineering, Paving, Grading/Drainage, Water & Sewer and Surveying  The Chappell Group for Environmental and Regulatory Compliance (CBE Firm)  TLC Engineering for Structural Design  Gartek Engineering for Mechanical, Electrical, Plumbing and Fire Protection Design (CBE Firm)  The Spinnaker Group as LEED Consultant for LEED implementation and compliance  Florida Engineering and Testing, Inc. for Geo-Technical and Materials Testing during Design and Construction phases (CBE Firm)

All of the subconsultants listed above have prepared their own statements as to how they will be approaching each portion of their responsibilities. [See Pages 99-109 for Subconsultant Project Approach]

SUSTAINABILITY

The sustainability/LEED component of the project as required by Broward County Sustainability Ordinance 2008-856 will be a significant part of the overall Design effort, targeting LEED Certification designation for this project. LEED v4 (2018 Update) has important requirements for the early phases of the work where the design team is required to identify and implement sustainability goals integrally with the initial coordination of the project. The Spinnaker Group’s participation as LEED consultant will be central to the Team’s success. The BEA Team also sees great potential for application of SOLAR energy harvesting for this project, to serve all operational functions of the Maintenance Department.

ENVIRONMENTAL

Identification and evaluation of potential sites within Port Everglades for this Facilities Maintenance Building will require analysis and evaluation of environmental factors including geo-technical testing; soil and water contaminant testing; evaluation and inventory of material, equipment and possibly deleterious material stored on site; requirements for disposition or disposal for same material; topographical surveying of potential sites; evaluation of wetland requirement where applicable; evaluation and coordination of regulatory impact, and interface with AHJs as applicable.

An important component in the BEA Team is The Chappell Group, a certified WBE/CDBE/SBE firm that covers the specialized fields of wetlands delineation, wetland permitting, wetland mitigation, and monitoring; threatened and endangered species surveys and habitat management plans; environmental impact assessments; Phase I

94 |

7/2/2018 BidSync p. 100 Broward County Board of PNC2116532P1 County Commissioners

environmental site assessments; benthic surveys; and all forms of environmental permitting and compliance for Federal, State, and local agencies. In this regard, TCG is unique because engineering, environmental, regulatory, scientific, and operational field expertise are available for multi-disciplinary projects.

VEHICULAR CIRCULATION/TRAFFIC STUDIES

BEA Architects has in-house capabilities for conducting vehicular traffic studies and for producing animated traffic simulations based on real-time, on-site observation of traffic. Thus it will be possible to accurately “test” the various site options to determine optimum traffic flow and accessibility of service throughout the Port.

EXTERIOR LIGHTING

Exterior lighting is an important component of site design at Port Everglades incorporating requirements for safety, security and operations. Exterior lighting design must also respond to environmental issues such as reduction of light pollution, enhancements of Dark Sky initiatives, and protection of sea turtle nesting areas from intrusive/excessive outdoor lighting.

ON-SITE TESTING

Florida Engineering and Testing as the geotechnical and materials testing agency will play an important role during the Site Selection and Design Phases in the evaluation of the project site(s).

Once the County accepts the Programming Report and Site Selection recommendations, the BEA Architects Team will initiate the Design and Production Phases.

PERMITTING

The BEA Architects Team and its consultants are very well versed in the regulatory requirements affecting work at Port Everglades, including permitting processes governed by the City of Hollywood, City of Ft. Lauderdale, Broward County, including Broward County Environmental Engineering and Permitting Division, City of Ft. Lauderdale Public Works – Water Department, City of Hollywood Building Department, State of Florida Health Department and other agencies with jurisdiction over this project, such as U.S. Coast Guard, US Customs and Border Patrol and Federal Aviation Administration (FAA).

The BEA Architects Team understands the importance of early interface with the permitting agencies, including preliminary reviews and dry-run submittals. Also critical in the initial phases of the work is coordination with local utilities; notably with Florida Power & Light (FP&L), to verify the utility company’s ability to supply the necessary power to the site within the project’s completion timetable.

Depending on the final location of the project site within the Port Everglades campus, either the City of Hollywood or City of Ft. Lauderdale Building Department may have jurisdiction over this project. The BEA Architects Team understands and has experience with the permit submittal process, and with the follow-up and coordination efforts required to expedite and advance the permit set through the review process.

95 |

7/2/2018 BidSync p. 101 Broward County Board of PNC2116532P1 County Commissioners

PROPOSED PLAN FOR COORDINATING ALL MAINTENANCE AND OPERATIONS FUNCTIONS INTO DAY-TO- DAY ACTIVITIES IN A CENTRALIZED LOCATION

It is difficult to provide a detailed proposed plan of this nature prior to the consultant having undertaken a thorough, accurate and comprehensive Programming exercise with the Maintenance Department and related stakeholders. A detailed proposed plan for coordinating all Maintenance and Operations functions into day-to-day activities and/or processes in a centralized location must be based on facts and data uncovered in the Programming process and cannot be based on general assumptions or preconceived notions.

However, there are known synergies and efficiencies to be gained from the consolidation of any set of functions and delivery of services when these may presently be located at remote, disparate and/or outdated locations; as further discussed below.

UNDERSTANDING OF HOW CENTRALIZATION OF THE MAINTENANCE AND OPERATIONS FACILITY WILL ENHANCE THE PORT’S EFFICIENCY AND FINANCIAL BENEFITS

There are synergies and efficiencies to be gained from the consolidation of any set of functions and delivery of services when these may presently be located at remote, disparate and/or outdated locations. A modern centralized facility within the Port Everglades campus can incorporate shared, common use functions and support spaces, including a consolidated control and dispatch center, consolidated communications, consolidated administrative functions; a GSI-based wireless service delivery model; common use support spaces and worker amenities; consolidated parts storage and inventory control; consolidated vehicle parking, maintenance and fueling, including opportunities for alternate (green) fuels to support a green service vehicle fleet. A consolidated facility can also provide enhanced security for the entire Department. Additionally, consolidation of functions will facilitate reduction or elimination of redundancies.

Efficiency benefits will be evident from the outset of the project’s completion, and upon implementation of a new operational model. Financial benefits will need to be gauged over a longer period of time offsetting the initial costs of construction of the new facility; the new operational model may also reveal a reduction in staffing requirements where redundancies in functions have been reduced or eliminated; this may factor into the financial benefits. Furthermore, this facility may benefit from the application of SOLAR energy harvesting to support not only the building functions, but also a new “green” service vehicle fleet.

Site selection will be important in identifying a locale within the Port Everglades campus with ready access to all critical service delivery points, without circulation conflicts or extended response times. BEA Architects considers the Site Selection task to be concurrent with the Programming task, as Programming data will serve to inform the evaluation and selection of potential sites for the Consolidated Facilities Maintenance Building. Again, these points need to be understood and addressed as a result of completion of a fully realized Programming exercise.

96 |

7/2/2018 BidSync p. 102 Broward County Board of PNC2116532P1 County Commissioners

BUDGET CONTROL

At BEA Architects we are not only Architects, we are also General Contractors; we know construction because we build projects, including current projects at Port Everglades for the shipping companies. We understand the importance of maintaining detailed construction schedules and detailed construction cost estimates; we know how to deliver a project on schedule and within budget, and how to identify value engineering measures to cut project costs. We understand the critical importance of maintaining excellent communications with Contractors including prompt and expedited response to RFIs.

DESIGN COST CONTROL

For all projects, BEA closely monitors internal costs during all phases of design and construction as to make sure that we stay firmly on or under budget. This is primarily done by tracking hours spent on design and construction administration through all phases. This time is tracked by way of individual Project Time Sheets in which each employee dedicating time to the Project will track their time spent, in terms of hours, on said Project. Each employee is in charge of maintaining and updating their own Time Sheets as required. BEA monitors all employee Project Time Sheets and from these sheets, calculates internal costs. Print Log Records and expense reports with travel mileage were also kept, greatly assisting in controlling internal costs.

CONSTRUCTION COST CONTROL

In the initial design phases, BEA discusses the project and task scope and budget with Broward County and the Port to ascertain its feasibility, and suggested adjustments as necessary. We also establish project goals, working in close collaboration with them and offer suggestions and alternatives. We collaborate with the County to establish a timetable of deliverables for all phases from Schematics, 30%, 60%, 90% and final Construction Documents. As the County has its own procurement policies, BEA collaborated with County staff to establish invitations to bidders as well as assist throughout the bidding phase. Ultimately, BEA collaborates with the County’s finance department to identify and establish the appropriate protocols for invoicing and monitoring fees, and arrive at determinations regarding what services and sub-consultants are required for each project and /or tasks that are assigned to BEA.

Our approach to value engineering and cost control is tied to our design philosophy ― we work comparatively and collaboratively, presenting various options at early stages of design and developing the project in close collaboration with the County. These options are analyzed for cost impact as well as design and schedule implications. The value engineering process is most effective when it’s the result of collaboration between the architect, engineer and city staff; whenever possible – such as CM arrangements, it benefited the project to bring the general contractor into the process at an early stage in the project so that choices were made together and implications weighed from all sides. We see value engineering as a response to ever shifting conditions, such as the market environment, labor forces and availability of products that during the life of a project, may change dramatically affecting cost. Therefore, it is part of our business landscape so our team must be prepared to accommodate change within reason.

Furthermore, our in-house data base and reference materials assist us in determining cost estimates during the design phase in order to stay on budget. Additionally, during the design phase, site areas are used to establish a Probable Cost Estimate. These estimates included probable costs for demolition (if necessary), the new structural build, landscape, lighting, furniture, and signage. A rough order of magnitude cost is established and reviewed during four phases of CD preparation: the conceptual phase, at 60%, 90%, and at bid. During construction, a monthly fee proposal is created and updated in order to establish upcoming costs and stay on budget.

97 |

7/2/2018 BidSync p. 103 Broward County Board of PNC2116532P1 County Commissioners

Tab 2 B Sub-Consultant Project Approach

98 |

7/2/2018 BidSync p. 104 Broward County Board of PNC2116532P1 County Commissioners

TLC PROPOSED METHODOLOGY

TLC Engineering for Architecture (TLC) is committed to applying our proven integrated project delivery focused approach to successfully complete Port Everglades’ Consolidated Facilities Maintenance Building Facility. Our proposed project approach is based on the following fundamental tenets:

1. Focused Effort to Confirm Understanding of Program Requirements and Priorities: We carefully review the project scope, review any existing construction documents if applicable, and review facility operations. We also recognize that a comprehensive understanding of project program and priorities can only be accomplished by proactively engaging the prime design professional, and end-user staff.

2. Principal Level Commitment: TLC’s design team will be led by Principal in Charge Gary C. Kruedger, PE. We understand that projects can be complex and demand senior staff and corporate commitment to assure project commitment and resources.

3. Effective Communication Plan: Project success is dependent on the development and enforcement of a comprehensive and enforced communication plan. This is especially important for a project that involves multiple properties and/or multiple design partners. Although customized for each individual project, our communication plans rely on communication through a single TLC entity. The TLC project manager is responsible for implementation of the communication protocol.

4. Integration Design Approach: TLC advocates the use of an integrated design approach that dramatically modifies the traditional A/E design process by compelling the collective design team to holistically evaluate the impact of early design decisions on all disciplines. TLC’s engineers proactively engage the project architect to infuse efficient and effective building systems into the project conceptual and schematic design processes. Our advanced use of REVIT and compatible structural and MEP software allows us to develop initial plans that can be readily integrated in the Architect’s preliminary designs.

5. Early Evaluation of Design Alternatives: TLC’s integrated design approach also advocates the evaluation of alternative structural and MEP design options early in the design process, when the design is still relatively fluid and tolerant of the integration of alternative approaches. Early evaluation and decision making allows the design team and the Owner to move ahead with confidence regarding design decisions. Our approach also includes the prime design consultant and the Owner in the decision making process. TLC will provide a summary of viable design alternatives with associated “pros” and “cons” to allow a detailed discussion and informed teamed decision.

6. Application of Technology: TLC leads the design industry in the effective application of technology to insure project success. All TLC designs are performed using Revit. Our staff has over 15 years of experience successfully maximizing the use of Revit for structural and MEP design. Our staff is also especially adept at applying Navisworks applications for clash detection and resolution. These advances allow the development of efficient, cost effective design, and also streamline the design and drafting process.

99 |

7/2/2018 BidSync p. 105 Broward County Board of PNC2116532P1 County Commissioners

7. Integration of Phase/Design Packages: TLC understands the critical importance of maintaining operations and security during the design and construction of projects. Our project approach proactively identifies opportunities to work collaboratively with Port Everglades and the construction manager to identify critical project phasing to maintain operations and security or development of discrete design packages to accommodate preferred construction sequences, permitting, or long lead time material acquisition. Additionally, our experience with large MEP renovation projects provides insight and aids in the scope definition and value analysis by evaluating what can remain in service.

8. Resources/Committed Staffing: Our project plan incorporates the aggregate resources of a 380- professional engineering firm. TLC prioritizes and understands the importance of maintaining a core staff committed to the long range support of this project. TLC is committed to reserving the key staff assigned to this project for the duration of the design and construction phase. Our policy is to utilize the same staff involved in the design development during the construction administration phase of the project, as those individuals are most familiar and prepared to address any issues during the design phase and are best positioned to absorb any “lessons learned.”

9. Cost Estimating at Each Phase of Design: At programming phase and schematic phase, a budget or square foot cost estimate is produced which allows TFC to add, delete or adjust requirements to meet budget limitations. During the production of construction documents, detailed cost estimates are produced on electronic format for ease in revising updated estimates due to changing requirements, and to show impact of these changing requirements to project costs.

10. Scheduling for Success: At the beginning of each project, a schedule is developed and necessary design submittals are determined with Port Everglades and the Strong team leadership, using a architect. TLC understands the importance of sophisticated network of developing a realistic but aggressive schedule. Special computerized tools and frequent care is utilized to insure that adequate submittal review coordination meetings are the time for TFC is included in the design schedule. As a composited elements that form continuous process, the project manager schedules the our schedule management appropriate manpower resources so that TLC meets the approach. agreed upon milestone submittals. A computerized schedule tracking system identifies schedule deadlines for each project, which is reviewed weekly by the division managers so that appropriate staff is allocated to meet individual project commitments.

CONSTRUCTION DOCUMENTS

As the Construction Document phase begins, TLC again holds design review meetings with the owner representatives, inclusive of key user groups, architect, and CM. The primary focus of these review meetings is to refine the design approach, ensure inclusion of facility design standards, and to look for opportunities for cost control and increased constructability. As the design concludes with the completion of Construction Documents, TLC will review project correspondence and ensure design decisions and user input is properly documented and addressed.

100 |

7/2/2018 BidSync p. 106

Broward County Board of PNC2116532P1 County Commissioners

BIM

TLC has been an early adopter in the BIM world of MEP and Structural Engineering since 2004, designing literally thousands of projects using various BIM software, from AutoCAD ABS to AutoCAD MEP to Revit MEP. Currently we use Revit MEP 2018 and Revit Structure 2018 to produce nearly all of our projects.

Our BIM managers are very knowledge in Revit and the 3D design process. Since mid-2010, all new major projects have been completed in Revit, which has helped not only our BIM Managers but all staff develop a deep knowledge of working in Revit. TLC also has experience in coordinating models via Navisworks, leveraging third-party software to enhance efficiency while using integrated project delivery (IPD) to gain constructability and real-time cost data. We use a variety of software programs for detailed analysis and illustration.

In concert with our architectural partners, contractor colleagues, and building owners, TLC recognizes the team advantages of BIM. Some of the BIM benefits include:

. Accurate building program verification . Early multi-discipline collaboration in an integrated approach . Communication tool that produces better project understanding via 3D visuals and fly-through . Facilitates design simulation to improve sustainability . Real time design around other disciplines reduces conflicts . Engineering visualization of tight spaces in complex systems designs . Increased efficiency via link to energy analysis tools for evaluating options and final design . Clash detection results in cost avoidance . Quicker revisions – info shared, visualized, estimated, resolved without paper transaction . Better cost estimating . 4D CAD link for construction planning and sequencing . E-Model used as basis for shop drawings . Procure materials with quantities, specs and properties . As-built model provides database for facility management

Innovation Using BIM Technology: Beyond using Revit as a design and production tool, TLC’s design team can incorporate the full power and potential of BIM into our Revit models. We have the ability to implement addition components into the BIM model if desired:

101 |

7/2/2018 BidSync p. 107

Broward County Board of PNC2116532P1 County Commissioners

1. Use the Revit models in conjunction with the CM to help with sequencing and if necessary phasing simulations and to aid in take-off quantities to be utilized for verification of contractor pricing quantities. (Note that design model takeoff should never be used as the sole source of quantities for pricing takeoffs).

2. As submittals are provided by the contractor, the Model can be adjusted to use the actual manufacturer specific equipment to verify space and connection requirements as well as providing the University with an accurate record of the specific equipment installed in the building.

3. Embedded links into the Revit model for TLC uses the power of BIM to visualize space equipment Operation & Maintenance configurations and special details regarding MEP and Structural systems. information and/or photo records of the actual installations.

4. eLumen to Model Lighting within spaces and produce renderings with actual photometric data.

102 |

7/2/2018 BidSync p. 108

Broward County Board of PNC2116532P1 County Commissioners THESPINNAKERGROUP 3236 Huntington 3236 Huntington Weston, FL 33326 P: 754.800.3100 ext. 201 F: 954.217.3614 www.thespinnakergroupinc.com

LEED PROCESS

LEED Consulting

The team shall design and construct a Project that promotes environmental quality, economic vitality and creates an environment that provides the highest level possible of operational efficiency. This shall be accomplished through energy, water, and materials efficiency that provides a healthy, productive and comfortable cruise terminal environment with long-term benefits. The Design Team will incorporate in both the design and construction the requirements for the Project to obtain the highest LEED rating agreed upon by ownership and design team. The design is based on the Federal Leadership in High Performance and Sustainable Buildings Memorandum of Understanding, five Guiding Principles plus two additional sustainability categories from LEEDv4, which are:

I. Employing integrated design – The project team will use the Integrated Design Process (IDP) from the beginning of design. The initial charrette will include all members of the Design Build Team and the Owners Representatives. The purpose of the initial charrette will be to fully understand the owners’ sustainability goals and then strategize, as a team, the most effective strategies to obtain those goals. The USGBC LEED New Construction rating system will be used to effectively guide the design/build team. The outcome of the initial charrette will be a LEED plan that details the strategies to be used, the LEED credits that will be pursued and the team members responsible for each action item to obtain the LEED credit. This LEED plan will form the basis of the IDP and will be used as the road map for all future charrette and design/build meetings. The use of the IDP by the Design/Build team shall be consistent with ANSI Consensus National Standard Guide 2.0 for Design and Construction of Sustainable Buildings and Communities.

II. Optimizing location and transportation – The team will build on previously developed land ensuring that the location of the site will not have any negative environmental impacts on sensitive lands. The team will plan and design for access to transit within walking distance of the project and provide preferred parking for low-emitting, fuel efficient vehicles, as well as charging stations for electric cars to help reduce the transportation carbon footprint of both employees and customers.

III. Protecting and conserving the site – The team will develop and implement a plan to reduce pollution during construction, including soil erosion, waterway sedimentation, and dust. In addition, the team will assess site conditions before design to evaluate sustainable options and inform related decisions about site design. Open spaces will be designed to encourage social and environmental interaction. Rainwater management will be designed to reduce runoff volume and improve water quality by replicating natural hydrology and water balance of the site. The design and construction team will minimize effects on microclimates, human and wildlife habitats by reducing heat islands effects from the project.

Building Commissioning • LEED™ Consulting 103 |

7/2/2018 BidSync p. 109

Broward County Board of PNC2116532P1 County Commissioners

IV. Optimizing energy performance – The team shall initially develop an energy model consistent with ASHRAE Standard 90.1 appendix g, with errata. The energy model shall be used as a decision- making tool to evaluate the most efficient design, within budget. Items to be evaluated through the energy model include but are not limited to: Fenestration efficiency including U-Value and SHGF, Envelope efficiency including walls and roofs, HVAC efficiency including effectively and efficiently introducing outside air, recapturing enthalpy, CO2 monitoring and control, unit type and efficiency, hot water generation and delivery, effective and efficient daylighting including daylight harvesting, daylight dimming and advanced lighting types. All systems shall be commissioned to ensure that the systems are meeting the Owners Project Requirements, the Basis of design and are operating as efficiently as possible. In addition, the owner’s personnel shall be fully trained in the operation and maintenance of the systems to ensure they continue to operate as designed and installed. In addition, the team will look for opportunities to support renewable energy production.

V. Protecting and conserving water – The team shall design to minimize water use in a number of areas. The water used for landscaping will be minimized by a reduction in turf grass and the landscape plants that will be chosen will be native plants with low species factors to minimize watering needs. The irrigation system will be designed with zone controls and advanced moisture sensors to only water the plants on an as needed basis. The water use internal to the building will be substantially reduced over EPA standards. The toilets and urinals will be low flow high efficiency fixtures, the sinks will be low flow with automatic sensors to only allow water to flow when required. The showers will all be high efficiency shower heads. The water reduction will be a minimum of at least 30% for irrigation and at least 20% for indoor fixture water use. The team will further ensure that water use is conserved by providing building level and sub-system level metering.

VI. Enhancing indoor environmental quality – The indoor environment will be designed and constructed to help ensure the health and wellbeing of all employees and visitors to the facilities. Interior paints, coating, adhesives, sealants, flooring, ceilings, walls, thermal, and acoustic insulation, and any furniture included as part of the scope of work will meet the California Department of Public Health Standard Method v1.1-2010 requirements for low VOC materials. No urea formaldehyde shall be used in any binders or will be required to meet the CARB ATCM for formaldehyde requirements for ultra-low- emitting formaldehyde resins. During construction, the Design Builder shall develop a plan and follow the same requirements for cleanliness as if they were working inside an occupied building. All duct work shall be capped and sealed. Air handlers shall not be used unless filters are installed on all return grills. All absorptive materials shall be sealed to prevent moisture intrusion. The HVAC systems shall be designed to ensure adequate outdoor air is being delivered to all occupied spaces and monitored on a continuous basis. Controls will be installed to ensure occupant comfort for lighting levels.

VII. Reducing the environmental impact of materials – The design and construction will ensure the building treads lightly on the environment. Goals will be set and monitored for use of materials that have been declared or have been third-party verified to have preferable life-cycle impacts, responsible extraction and sourcing of raw materials, and with inventoried chemical ingredients to minimize use and generation of harmful substances. In addition, materials will be sourced that are extracted and manufactured locally to the greatest extent possible. This will help reduce the embodied energy of the materials. Wood will be sourced from forests that adhere to the sustainable requirements of the Forest Stewardship Council to the greatest extent practicable. Construction waste makes up a large percentage of all waste delivered to landfills. For this project, a goal has been established that at least 75% of all contraction waste shall be diverted from the landfill and recycled back into the manufacturing process.

104 |

7/2/2018 BidSync p. 110

Broward County Board of PNC2116532P1 County Commissioners PROJECT APPROACH Mel F. Garcia, PE, LEED AP

GARTEK ENGINEERING CORP. Mechanical, Electrical, Plumbing and Fire Protection Services

PROJECT APPROACH AND METHODOLOGY

We approach each project regardless of size and scope in the same sequence. Initially we meet with the Project Manager/Architect and/or end users to define the scope of work. Community centers and gymnasiums typically require special attention due to the extreme swings in occupancy from a few people to max capacity and back again. HVAC systems need to be responsive to these ever-changing heat loads and code required ventilation conditions. The energy consumption in the community center can be reduced by the use of LED lighting, occupancy sensors and lighting controls systems. Water consumption can also be reduced by the use of low flow fixtures. All of these energy saving and energy efficient items are considered and brought to the owners attention during the initial design phase for discussion to insure the project stays within budget.

Our MEP systems will designed to achieve at least a LEED Silver Level regardless if the project is submitted or not for LEED certification approval.

Air conditioning system selection and size is of primary importance in multi use space like Community centers. In Florida air conditioning cooling capacity as well as relative humidity control must be taken in to consideration for both peak load and partial load conditions. Our office will provide a system analysis comparing advantages and disadvantages of at least two alternatives:

Alternative 1 - Chilled Water System with dedicated outside air units with CO2 control Alternative 2 - Variable Refrigerant Flow system with dedicated outside air units with CO2 control

We will recommend the most efficient and the best system to control space relative humidity and maintain good indoor air quality for Owner review and approval.

Preliminary Design Development Plans to be reviewed with the Project manager and the end users will be provided after receiving approval of final Alternative selected by Owner. Preliminary estimates of probable construction costs and schedules will be provided to keep project budget under available construction budget.

The next step would involve the preparation of detailed design drawings and an estimate of probable cost. At this point Gartek Engineering Corp. provides an internal QC (Quality Control) check of the plans by an in-house engineer, which had not worked on the project. We have found a fresh set of eyes reviewing the plans is an effective method of QC.

Once again we will review the plans and costs with the end users and the Project Managers. At this point we usually make a formal presentation of the project to all those that may be affected and answer related questions. Any final comments will then be resolved at this time.

Our firm then assists the client during the bidding process and permitting. Construction administrative services include: RFI’s, Shop Drawing reviews, and pay requisites, verify compliance with code and plans and verification of as-built mark-ups

The final steps involve the final punch out, as-builts and final acceptable by the client and a one year warranty inspection. Again, the approach outlined above is standard for all of our projects regardless of the size of the project or work order.

105 |

7/2/2018 BidSync p. 111

Broward County Board of PNC2116532P1 County Commissioners PROJECT APPROACH Mel F. Garcia, PE, LEED AP

GARTEK ENGINEERING CORP. Mechanical, Electrical, Plumbing and Fire Protection Services

SCHEDULING

The establishment of project schedule that reflects realistic milestones within the client’s project schedule assures project timeliness. To avoid not meeting a deadlines; one person, a Project Expeditor, in coordination with the Principal in Charge of each discipline, schedules all work. Progress is monitored weekly and priorities assigned. When it becomes necessary, our capacity to commit additional personnel during final stages of design to accommodate changes assures that all needs are met within established project schedules.

Example of a generic project schedule - which is not representative of a specific project:

106 |

7/2/2018 BidSync p. 112

Broward County Board of PNC2116532P1 County Commissioners

PROJECT APPROACH

The Broward County’s Seaport Engineering and Facilities Maintenance Division is seeking qualified, experienced and licensed firm(s) to provide design, permitting, planning, engineering and construction administration services for a new facility to consolidate Port Facilities Maintenance and Operations from the current functions that are located within various buildings throughout the Port Everglades campus into a central location.

As an environmental consultant, TCG has been involved in numerous public and private sector projects throughout Florida, the Caribbean, and the Southeastern United States with the goal of conservation and resource management. The Chappell Group Inc. is committed to providing technical design expertise with a forward-thinking approach, coupled with sound project management in order to achieve the goals and vision of the Client while maintaining a sustainable environment. TCG is a certified DBE/MBE/WBE/CBE/SBE firm that covers the specialized fields of wetlands delineation, marina and wetland permitting, marina design, wetland mitigation, and monitoring; threatened and endangered species surveys and habitat management plans; environmental impact assessments; Phase I environmental site assessments; benthic surveys; and all forms of environmental permitting and compliance for Federal, State, and local agencies. In this regard, TCG is unique because engineering, environmental, regulatory, scientific, and operational field expertise are available for multi- disciplinary projects.

Tasks to be performed by TCG include preparing, submitting and processing environmental permit applications for regulatory agencies, conducting wildlife and wetland surveys, preparing mitigation documents, tree disposition plans and appraisals by certified arborists, and sea turtle lighting review of proposed fixtures within the Port.

TCG has performed these tasks for similar projects in a timely and efficient manner. We have successfully designed and developed plans for county and municipal capital improvement projects and mitigation plans by obtaining the necessary permits from the appropriate governmental agencies including the Army Corps of Engineers, Florida Department of Environmental Protection, South Florida Water Management District and Broward County Environmental Protection and Growth Management Division. Our involvement with these projects and many others has allowed our staff to be on a first name basis with the environmental regulatory agencies. We believe that open communication lines are important to a successful project and these have already been established within the agencies. TCG will utilize our experience with these agencies, as well as with similar projects to successfully execute the project tasks.

714 East McNab Road. Pompano Beach, FL 33060 tel. 954.782.1908 fax. 954.782.1108 www.thechappellgroup.com T & E Species Surveys ׀ Mitigation Design & Monitoring ׀ Phase I ESAs ׀ Marina & Wetland Permitting ׀ Environmental Consultants

107 |

7/2/2018 BidSync p. 113

Broward County Board of PNC2116532P1 County Commissioners

Project Approach

Florida Engineering & Testing' Inc.'s approach to a project involves a committed client relationship with on-going and continuous communication with the client, contractors, and subcontractors. We pride ourselves in being accountable for budgeting and scheduling control, which is paramount to a project’s success. If we can exceed our clients’ expectations of a job well done, we have met our goal.

Florida Engineering takes an efficient and organized approach to completing any project assignment. Although our approach to a particular project assignment may vary depending on the scope of work involved, our strategic approach will always remain consistent. This constant is predicated upon developing a thorough understanding of the scope of work, allocating the correct resources, developing realistic completion milestones and establishing a prudent communication protocol. Our approach ensures any project assignment will be executed in accordance with the client’s goals and that the resulting products will be delivered on time, within budget, and in a format that is consistent with the high standards expected by our clients.

Our approach requires that we be available to the client’s Project Manager at all times. Because we are a local firm we can routinely attend impromptu meetings on a moment's notice or arrive at a project site to address an issue without any construction delay. Our project manager will typically be available to receive telephone calls the first time a call is made. Any messages are always promptly returned. Email communication is also promptly responded to and will be used to keep the Project Manger informed of project issues at all times. Any project assignment will become a priority project for Florida Engineering. Any and all required project resources including technical and administrative support staff, will be 100 percent available.

Florida Engineering will ensure an approach that involves the client, any contractors or subcontractors in the decision making process. A successful project is a project that is conducted as a collaborative effort between the client, consultants, etc.. Our approach will be based on that premise.

A common theme found in every Florida Engineering project is our approach is to balance the minimum requirements of testing/engineering with the maximum amount of quality control and accuracy. This approach can be accomplished without sacrificing quality or service. We make every effort to keep the testing/engineering economically viable and technically efficient.

Florida Engineering is serious about schedules. Our approach to any project assignment includes establishing realistic milestones and identifying critical path issues. Our products and services must and will be delivered on time. Florida Engineering’s reputation and future commitment is firmly underwritten in our uncompromising performance, our commitment to service and our consistent project approach. Today much of our work comes from repeat business with clients. Capturing this repeat business is a testament to the consistent project approach we provide and to the commitment, we have towards meeting our client’s goals and objectives

108 |

7/2/2018 BidSync p. 114

Broward County Board of PNC2116532P1 County Commissioners

109 | 109 |

7/2/2018 BidSync p. 115

Broward County Board of PNC2116532P1 County Commissioners

110 | 110 |

7/2/2018 BidSync p. 116

Broward County Board of PNC2116532P1 County Commissioners

111 | 111 |

7/2/2018 BidSync p. 117

Broward County Board of PNC2116532P1 County Commissioners

112 | 112 |

7/2/2018 BidSync p. 118

Broward County Board of PNC2116532P1 County Commissioners

113 | 113 |

7/2/2018 BidSync p. 119

Broward County Board of PNC2116532P1 County Commissioners

training is an ongoing and daily process within the Keith and Associates team structure. Through adequate instruction, personnel gain useful knowledge and develop safe attitudes which result in safe work habits. Our Field Review and Safety Supervisor, Mr. Sean Marshall, holds weekly “tool box” safety meetings in accordance with O.S.H.A. specifications. The Keith and Associates Team is committed to protecting employees, clients and the general public on all of its projects. The goal is ZERO incidents. Safety includes health and risk management, in addition to security factors. Keith and Associates has a proven Safety, Health, and Risk Program that addresses all phases of the design and construction process, from business development to project closeout. It includes best management practices from the National Safety Council and the Construction Industry Institute. This “play book” allows Keith and Associates to tailor safety plans to any level of contractual risk in a variety of office and construction settings to achieve superior results. All of our field personnel have received Maintenance of Traffic (M.O.T.) safety training currently required by the FDOT for work within public roadways. Specialty crews have additional certifications for O.S.H.A. Confined Space Entry requirements for general industry and construction, and general job site safety certifications. It is imperative that all project personnel understand that safety is a shared responsibility. The goal is to provide information which will enhance safe working practices, not only for the benefit of our employees, but also for the client and general public.

Specific Scope The following is our specific civil engineering approach to Broward County's Seaport Engineering and Facilities Maintenance Division’s desire for a new facility to consolidate into a central location, from the current functions that are located within various buildings throughout the Port Everglades campus. This is proposed to be a three phase Project: 1. Programming Phase. 2. Design and preparation of construction documents and permitting Phase. 3. Construction of the facility Phase The intended location this new facility is within the physical boundary of Port Everglades on property currently owned by Broward County. The construction of the facility is intended to occur at a time such that construction activities will not interfere with port operations such as: 1. Vehicle, Marine or Train Traffic 2. Taxi movement and staging, 3. Truck staging and movement 114 |

7/2/2018 BidSync p. 120

Broward County Board of PNC2116532P1 County Commissioners

4. Other vehicle operation that could potentially impact the port’s ability to service its clients and maritime operations.

We will prepare and provide a programming and recommendations report as a standalone document. This document will define and outline the facility’s needs as a part of design services and to be used to determine the size of the facility, number of rooms, spaces, uses and operational adjacencies, employee and port/county vehicle parking, specialized equipment parking and storage, including, but not limited to, listing and compiling all equipment anticipated and needed to operate the facility in an efficient and effective way. The location of the facility will also be reviewed and recommended after evaluation of the various available sites throughout the Port campus. Based on the accepted programming recommendations, we will provide all design and construction services, required to complete this Project. Our design will comply with all requirements of Port Security. We will work through the Contract Administrator to engage, address, resolve and incorporate any requirements and issues of concern by: 1. The Port’s Security Manager 2. Law Enforcement 3. U.S. Customs and Border Protection (CBP) 4. United States Coast Guard (USCG) 5. Others, as directed by the Contract Administrator. Our civil engineering approach to the project will include utilization of our current staff that has much experience and knowledge of the Port operations and the permitting climate. Our approach to compliance with regulatory and permitting agencies is to involve the agencies early in the process. We have an excellent working relationship and knowledge of the processes for obtaining all necessary permits with the various review agencies in the area.

115 |

7/2/2018 BidSync p. 121

Broward County Board of PNC2116532P1 County Commissioners

Tab 3 A Relative Past Performance

116 |

7/2/2018 BidSync p. 122

Broward County Board of PNC2116532P1 County Commissioners Florida International Terminal Office Building Fort Lauderdale, FL

firm’s responsibilities

Architectural Design and Engineering Services

Construction Administration Project Close-out BEA continued its longstanding working relationship with the new Florida International Terminal by performing Architectural Design and Engineering Services, as well as Construction Administration and key personnel Project Close-out services for the design and construction of a new 5,500 SF office building. The Bruno E. Ramos, AIA, GC, LEED AP office building, which is part of an overall Cargo Facility Masterplan, is oriented and designed to take advantage of natural daylight with its clerestory roof design. The building is composed of a rigid frame Adrian Price, RA, NCARB structure and corrugated siding and roofing that ties it into its local environment and provides a Armando Trujillo, RA, LEED AP BD+C durable shell to endure the harsh coastal site conditions. Robert Draper, RA, NCARB

completion date This structure includes executive offices, conference rooms, a kitchen and restrooms all designed with human ergonomics in mind. In the main circulation area, an open plan concept was designed, June 2018 allowing for flexible planning capable of changing and adapting to company needs as it evolves. The building features energy efficient and water conservation plumbing fixtures, occupancy sensors for smart lighting controls, sophisticated communication, security systems and access controls. BEA took estimated cost special care to create a more efficient work environment that led to increased work productivity and entire project organization. Additionally, xeriscape landscaping was utilized on the exterior façade to bring green into $1.4 million an otherwise dry and hard building environment. For this Project, BEA Architects utilized CAD and BIM software to prepare project documents. BIM software primarily allowed for collaborations with outside consultants. work for which firm was responsible BEA Architects ensured satisfactory completion of work provided through interactions with the: Florida $1.4 million Building Code; City of Hollywood Building Department; City of Hollywood Planning Department; South Florida Water Management District; . Jurisdictional agencies are as follows: the state of Florida, owner’s name & address Broward County, Florida International Terminal (FIT). Klaus Stadthagen Florida International Terminal 3800 McIntosh Road Fort Lauderdale FL 33133 (954) 761-3880 ext. 205 [email protected] Fax: (954) 761-524-3859 *Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 116 |

7/2/2018 BidSync p. 123

Broward County Board of PNC2116532P1 County Commissioners Port Everglades Terminal Phase 4- Office Building Fort Lauderdale, FL

firm’s responsibilities

Architectural and

Engineering Services

Construction Administration

BEA continued its working relationship with Port Everglades Terminal by providing Architectural and key personnel Engineering Services, as well as Construction Administration services with Phase 4 of the overall Cargo Facility masterplan for PET, which started with a 1000’ inspection dock, RTG Phase2, and RTG Bruno E. Ramos, AIA, GC, LEED AP Phase 3. This office building utilizes a rigid frame structure and corrugated siding and roofing, which Adrian Price, RA, NCARB ties it into its local environment and provides a durable shell to endure the harsh coastal site conditions. Robert Draper, RA, NCARB The PET building is oriented and designed to allow visibility to all key areas such as gate processing John Colao, AIA, GC, NCARB area, cargo yard and RTG operation.

completion date The 1100sf, two-story office building utilizes an open plan concept second level allowing for flexible March 2018 planning capable of changing and adapting to company needs as it evolves. The ground floor has been designed to house multiple operations, with a warehouse storage facility. Additionally, the building includes executive offices, conference rooms, kitchen and restrooms all designed with human estimated cost ergonomics in mind, along with building circulation that includes elevator service. It also features entire project energy efficient and water conservation plumbing fixtures, occupancy sensors for smart lighting $1.4 million controls, sophisticated communication and surveillance equipment, security systems and access controls at entry. For this Project, BEA Architects utilized CAD software to prepare project documents, as well as BIM software for collaborations with outside consultants. work for which firm was responsible For this Project, BEA Architects ensured satisfactory completion of work provided through interactions $1.4 million with the: Florida Building Code; City of Hollywood Building Department; City of Hollywood Planning Department; South Florida Water Management District; Florida Power and Light; Florida Wildlife owner’s name & address Conservation Commission. Jurisdictional agencies are as follows: the state of Florida, Broward County, Port Everglades Terminal (PET). Port Everglades Terminal, LLC 4200 McIntosh Road Hollywood, FL 33316 Mr. Richard Rovirosa 305.374.0012 #406 [email protected]

*Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 111 | 117 |

7/2/2018 BidSync p. 124 Broward County Board of PNC2116532P1 County Commissioners

118 | 112 |

7/2/2018 BidSync p. 125 Broward County Board of PNC2116532P1 County Commissioners Virginia Key Beach Historical Museum Miami, FL

firm’s responsibilities A joint-venture design between BEA and Huff + Gooden Architects of Charleston, SC, won the Complete A/E Services competition for an African-American historical museum to be constructed on Virginia Key Beach. The $15 million, three-story structure spanning approximately 45,000 SF will chronicle the beach’s history from its dedication in 1945 as Miami’s “colored only” beach to its designation as a Florida Heritage Site by the U.S. National Park Service National Register of Historic Places. Not only key personnel will the museum recount South Florida’s early indigenous ethnicity, it will also house oral and Bruno E. Ramos, AIA, GC, LEED AP video commentaries as remembered by surviving citizens who frequented the beach before its demise in the 1970s. Artifacts are being collected for display. Intended to be a functioning part of its subtropical, island environment just minutes from downtown Miami, the design blurs the distinction between structure and landscape, history and the present, learning and fun. As part estimated cost of Virginia Key Beach’s renaissance, supplements such as the historic carousel, concession entire project stand, bathhouse, dance pavilion, cabanas, picnic shelters, and minitrain have undergone $1.2 $15 million million of restoration and upgrading to modern construction standards.

The new museum is targeted to become a landmark and premiere destination in the American

cultural landscape, the first ever constructed on a beachfront in Florida. The eco-friendly design work for which carries a LEED Silver rating and showcases the natural environment of South Florida keys, firm was responsible emphasizing light by interacting with the sun’s circadian path throughout the seasons. Elevation is required to protect from hurricane storm surges, and the roof growth reflects the repository’s $15 million “green” character. CAD and BIM software was also used to prepare project documents.

For this Project, BEA ensured satisfactory owner’s name & address completion of work provided through Virginia Key Beach Park Trust interactions with the Florida Building Code. 3550 Biscayne Blvd. Jurisdictional agencies are as follows: the Miami, FL 33137 state of Florida, Miami-Dade County, Mr. David Shorter Virginia Key Beach Park Trust. 305.571.8230

*Work for which firm is responsible for has been completed to satisfaction on time and on budget

a r c h i t e c t s 119113 | |

7/2/2018 BidSync p. 126 Broward County Board of PNC2116532P1 County Commissioners The James Hotel Miami Beach Miami Beach, FL

firm’s responsibilities Principal Architect

key personnel Bruno E. Ramos, AIA, GC, LEED AP BEA served as Principal Architect in the modernization of an eight-story, 115,000-SF Miami Beach hotel. Working with Skidmore, Owings & Merrill of New York, BEA preserved most of the footprint and façade of the building while enlarging guest rooms and adding upper floor balcony bays where the building base is wider. The conversion included reinstating the expansive, open nature of the main building’s interior total construction cost and reestablishing a connection between the hotel’s public spaces, outdoor courtyards and terraces, and Withheld at Owner’s Request ocean views. While similarly opening an outbuilding towards Collins Park, its exterior façade seamlessly ties back to the main building, anchoring the entire building series.

owner’s name & address Age and prior renovations had taken their toll on the 1950’s structure, so “green design” concepts and new materials were used to upgrade the designated historical property into South Florida’s first LEED- The James Hotel certified 5-star, luxury hotel. Aspects of green design include rooftop gardens, a series of skylights 11 East 26th Street, 4th Floor shedding natural light over interior spaces, and the use of fair colors for flooring and appurtenances to New York, NY 10010 reduce lighting needs. The James Hotel renovations honor the visual intent of the original Miami Mr. Declan Fitzpatrick Modern style while creating a revamped version of luxury that is both inclusive and casual. [email protected] For this Project, BEA Architects utilized CAD and BIM software to prepare project documents. BIM software primarily allowed for collaborations with outside consultants. LEED Certified

*Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 111420 ||

7/2/2018 BidSync p. 127 Broward County Board of PNC2116532P1 County Commissioners

Past Performance - Gartek Engineering

Caterpillar Training Center Renovation/ New Construction - Miami Lakes, Florida

Project Scope: A 152k SF warehouse addition, 12k SF addition to the regional offices, remodeling of 11k SF office space and new 23k SF training center building. MEPFP. Scope of work includes Design of sanitary and waste plumbing, diesel storage and distribution, natural gas distribution, compressed air and distribution, HVAC including new chilled water system and specialized ventilation of test cells, normal and emergency power distribution, design associated with installation of a dedicated emergency generator to power the entire facility, interior lighting, fire alarm, site lighting, empty raceway systemsl for IT, security, card access and A/V. Approx. construction cost $10.2 M.

Professional Services Completed to Satisfaction- 2014 Construction- Verified

Owner Information: Caterpillar Training Center, Contact: Natividad Soto- FGS&S, (305) 443-7758

EOC IT Services Building - City of Weston, Florida Project Scope: Fire Protection, Plumbing, HVAC and Electrical Engineering design and construction administration services for a new building located between the City Hall and the City’s Police Services Center. The building footprint will be approximately 7,200 square feet and rise three stories, or a total of approximately 21,600 square feet. Located on the first floor will be offices for building code, zoning code, fire code, code enforcement, and records storage. Located on the second floor will be the City’s emergency operations center, kitchen facilities, offices for information technology services, and multi-purpose space. The third floor will be vacant for future use. There shall be a stand-by power system to service the entire building. Parking for the building will utilize the existing City hall parking lot. Occupancy shall be no later than March 2015. Approximate construction cost $5.4M.

Construction Completed- 2016

Owner Information: City of Weston, Contact: Saltz Michelson Architects / Charles Michelson, (561) 689-1870

115121 | |

7/2/2018 BidSync p. 128 Broward County Board of PNC2116532P1 County Commissioners

Past Performance - Keith and Associates

Port of Palm Beach Slip #3 - Riviera Beach, FL Project Scope: This project was intended to widen and lengthen Slip #3 to allow two ships to use the slip simultaneously, increase the dock-side work and storage areas and update/ modernize utilities. The goal was to increase the capacity of the Port of Palm Beach.

Services Performed: KEITH conducted a full topographic survey of the upland areas of the project limits. The survey included locating all man-made features, elevations observed at intervals no greater than 50 feet, grade changes, storm and sanitary structure details and establishing project control in support of the subsurface utility engineering and underwater efforts. KEITH set aerial targets to provide horizontal control for aerial imagery. Aerial imagery was digitally recorded to be easily used in survey and engineering CAD files. KEITH mounted aerial imagery to be used as a 4-foot tall, 16-feet wide exhibit for use by the Port of Palm Beach.

Project Commencement - 2011; Project Completion - 2016

Owner Information: Port of Palm Beach, Client: AECOM (Prime Consultant), Mr. Rey Rivas, Associate Vice President, 3750 N.W. 87th Avenue, Suite 300, Miami, Florida 33178

Hallandale Fire Rescue Station 7 and EOC Headquarters - Hallandale Beach, FL Project Description: The building program and design for the City’s new main fire rescue headquarters and emergency management facility were developed to achieve LEED Silver Certification and include a 25,000 square feet, two-story complex with four apparatus bays and living quarters for up to 16 firefighters.The City's fire rescue administrative headquarters will be located within the new facility. Construction documents for the project are complete and it is currently in the permitting phase.

Services Performed: KEITH is providing Civil Engineering, Landscape Architecture and SUE services. Responsibilities include the following services: preparation of Landscape and Irrigation plans incorporating drought tolerant plants and ‘Florida Friendly Landscaping’ practices, as well as water saving irrigation components with a ‘smart’ controller and incorporation of a rain sensor; preparation of documents and attendance at City DRC, AAC and Planning and Zoning meetings for the site plan approval; pre-application meeting with agencies having jurisdiction; prepare all required bidding and construction documents for the projects, design plans, supplementary contract requirements, technical specifications and cost estimates; provide assistance for LEED BD+C rating documentation and processing; attend pre-bid meeting, respond to bidder questions and prepare possible bid addenda for project revisions; provide construction engineering/management services for the projects; provide project close-out services.

Project Commencement - 2014; Project Completion – On-going

Owner Information: City of Hallandale Beach, Client: Currie Sowards Aguila Architects (Prime Consultant), Mr. Jose Aguila, AIA, LEED AP, 134 N.E. 1st Avenue, Delray Beach, Florida 33444

Tamarac Design/Build Fire Station #78 - Tamarac, Florida Project Description: The existing Fire Station 78 was demolished and replaced with a new 9,300 square foot facility. KEITH provided Civil Engineering, Traffic and Landscape Architecture services during the construction of the Tamarac Fire Station, on behalf of West Architecture & Design, LLC. Civil Engineering services included the development of preliminary design plans, preparation of LEED templates, attendance of coordination meetings, acquisitioning of the necessary permits and construction management services. KEITH prepared a Signal Modification Plan for actuating the existing traffic signal at the intersection of NW 47th Terrace and Commercial Blvd. for tactical use by the Tamarac Fire Department. Additionally, Landscape Architecture services included a site analysis and tree inventory, development of tree disposition, landscape and irrigation plans and construction observation. As a Design/Build project, KEITH was an active participant in determining costs and cost alternatives to keep overall costs within the anticipated budget.

Project Commencement: 2015; Project Completion: 2018

Owner Information: City of Tamarac, Client: West Architecture & Design, LLC (Prime Consultant), Mr. Peter Ganci. AIA, 318 South Dixie Hwy, Suite 4-5 Lake Worth, FL 33460

122116 |

7/2/2018 BidSync p. 129 Broward County Board of PNC2116532P1 County Commissioners

Past Performance - The Spinnaker Group

Seaboard Marine - Miami, FL Project Scope: This 16,100 square foot Port of Miami Maintenance Facility for Seaboard Marine is currently pursuing LEED Silver certification in 2018. All work performed by The Spinnaker Group is currently on time and within budget.

Services Rendered: LEED Consulting and Building Commissioning Key Staff Involved: Rob Hink (Principal, LEED Charette); Jonathan Burgess (VP Sustainability, LEED Project Management); Margaret Fitzsimons (LEED Project Management); Joe Fleming (Building Commissioning and Energy Modeling)

Owner’s Name & Address: Seaboard Marine, Ltd., 8001 Northwest 79 Avenue, Miami, Florida 33166, Daniel O’Neil, 305-863-4444, [email protected] Miami Beach Property Management Facility - Miami, FL Project Scope: This 17,500 square foot property management and maintenance facility for the City of Miami Beach, achieved LEED Gold certification in 2016. All work performed by The Spinnaker Group was completed on time and within budget.

Services Rendered: LEED Building Commissioning Key Staff Involved: Joe Fleming (Building Commissioning); Nabil Maroun (Building Commissioning)

Owner’s Name & Address: City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, Sabrina Baglieri, 305-673-7071 xt 6709, [email protected] Royal Caribbean Innovation Lab - Miami, FL Project Description: This 20,000 square foot innovation lab in the Port of Miami for Royal Caribbean Cruise Lines serves as a design and mock up facility, achieved LEED Silver certification in 2017. All work performed by The Spinnaker Group was completed on time and within budget.

Services Rendered: LEED Consulting and Building Commissioning Key Staff Involved: Rob Hink (Principal, LEED Project Administrator); Jonathan Burgess (VP Sustainability, LEED Project Management); Margaret Fitzsimons (LEED Project Management); Joe Fleming (Building Commissioning)

Owner’s Name & Address: Royal Caribbean Cruises, Ltd., 1050 Caribbean Way, Miami, Florida 33132, Leo A Daly Architecture (Hired by Architect), Sergio Pendas, 305-461-9480, [email protected] Port of Miami Cruise Terminal E - Miami, FL Project Description: This 10,837 square foot Port of Miami Cruise Terminal is currently pursuing LEED Silver certification in 2018. All work performed by The Spinnaker Group is currently on time and within budget.

Services Rendered: LEED Consulting and Building Commissioning Key Staff Involved: Rob Hink (Principal, LEED Charette); Jonathan Burgess (VP Sustainability, LEED Project Management); Joe Fleming (Building Commissioning and Energy Modeling)

Owner’s Name & Address: Miami Dade County Port of Miami, 1015 North America Way, 2nd Floor, Miami, Florida 33132, Vivian Alfonso, 305-347-5520, [email protected]

123117 ||

7/2/2018 BidSync p. 130 Broward County Board of PNC2116532P1 County Commissioners

PAST PERFORMANCE - TLC ENGINEERING

W.H. Stephenson Utilities and Warehouse - Consolidation of Utilities, Purchasing and Maintenance - Cocoa, Florida Scope: Phase 1 of the City of Cocoa's new Transmission and Distribution facility combined the City of Cocoa Water and Purchasing Department functions as well as vehicle maintenance and shop repair facilities. The 53,700-sf facility contains the following:

• 14,500 square feet of office space, including multi-media training spaces and back-up city IT services

• 15,700 square feet of meter testing and repair shops, vehicle maintenance area, and general shop equipment

• 23,500 sf of warehouse storage

Phase 2 added an 8,000-sf Water Quality Lab for portable water testing, a vehicle wash rack, and site improvements.

Duration: Multi phased project: 2/2008 – 7/2013

Evidence of Customer Satisfactory completion: Gary Palmer, City of Cocoa Facilities Manager, provided a performance evaluation dated 2/25/2014 with a rating of “Excellent” for on time and within budget and stated: “Devoted the time and was on site when needed” and “Great Customer Service” CSX Intermodal Complex - Winter Haven, FL

TLC was part of the design-build team providing Structural and MEP engineering design for an intermodal center for CSX Railroad. The complex has four buildings including a 3,500 sf administration building, 3,200 sf operations and welfare building, a 2,200 sf crew building and a 5,700 sf road ability and maintenance building. Each building has a 5 kW solar power system. All four buildings are Certified LEED NC 2009. $1.9 million

Evidence of Customer Satisfactory Completion: Kevin Metcalfe, Development Manager of TransDevelopment Group (Owner), provided a performance evaluation dated 8/30/2017 with a rating of “Excellent” and stated: “Excellent, very responsive firm; Stayed committed to the job to the end.” Kevin also noted that “(TLC) had no change orders throughout the whole process”; and “We have used them again since this project and will do so again when needed.”

Department of Military Affairs - Homestead National Guard Armory Renovation - Homestead, FL

Scope: The multi-phased project includes renovating existing Homestead Florida National Guard Armory and warehouse. Phase 1 included renovating the storage building to support the Military Unit while renovations of the main building were designed and constructed. The storage building used for temporary offices in Phase 1 was turned back into a storage facility in Phase 2. Project is LEED Certified. $2.9 million / 17,000 sf

Duration: 5/2013 – 9/2014

Evidence of Customer Satisfactory Completion: TLC completed this project on time and within budget. TLC has been selected for three additional projects since the completion of Homestead NG Armory.

124118 ||

7/2/2018 BidSync p. 131 Broward County Board of PNC2116532P1 County Commissioners

Past Performance - The Chappell Group

Dania Beach, Broward County - Miami, FL Project Scope: The proposed project consists of the redesign of the existing municipal marina facility. Included in the redesign is the repair & replacement of the existing seawall and seawall cap, the dredging of submerged bottom to (-) 7.0’ NAVD, and the replacement of the existing fixed and floating docks will concrete floating docks. In addition, the marina will also have a new Dock Master’s Office and new entry kiosks at each entrance point. Construction Cost: $5,000,000

Services Rendered: The Chappell Group, Inc. (TCG) provided all environmental services for the marina development, including the necessary approvals with U.S. Army Corps of Engineers (ACOE), Florida Department of Environmental Protection (FDEP), Broward County Environmental Protection & Growth Management Department (EPGMD), Florida Fish and Wildlife Conservation Commission (FFWCC), and US Fish and Wildlife Service (FWS). TCG provided all applicable environmental services for the marina, including preliminary environmental assessments, required water and sediment analysis, and complete regulatory permitting services. Client Information: Craven Thompson & Associates, Inc. Contact: Mr. Chad Edwards, 3563 NW 53rd Street Fort Lauderdale, FL 33309, Phone: (954)-739-6400 Ext. 307 Port Everglades Wetland Enhancement - Port Everglades, Broward County, FL Project Scope : The project was the creation of a 16.5 acre wetland enhancement area related to the release of a portion of the existing 8-acre conservation easement, allowing the Port to expand the Southport Turning Notch. This project included planting of over 53,000 and over 17,000 Florida native transitional buffer plants. TCG prepared and processed the environmental applications for the mitigation and design of the wetland enhancement area to offset impacts associated with the proposed turning notch expansion. TCG also conducted construction inspection services including turbidity monitoring during in-water work, plant inspections of the mangroves and transitional buffer plants delivered, permit compliance, plan review, and erosion control inspections. Construction Cost: $15,000,000

Services Rendered: Environmental Permitting; Benthic Survey; Construction Observation; Turbidity Monitoring; Water Quality Analysis; Permit Compliance; Plant Inspections; Erosion Control Inspection; Sediment Quality Analysis; Mitigation Permitting and Design; Mitigation Monitoring Client Information: Mr. John Foglesong, Contact: Division Director Seaport Engineering & Construction Division – Port Everglades, Phone: (954) 468-0143

NE 10th Street Extension - Fort Lauderdale, Broward County, FL Project Description: The proposed project consists of the proposed extension of NE 10th Street/Taylor Road east from US Highway 1 to the existing NE 7th Avenue. The proposed roadway extension and associated surface water management system is a component of the overall Ft. Lauderdale- Hollywood International Airport runway expansion project currently being undertaken by Broward County. The project scope included preliminary environmental assessments, wetland boundary survey delineations, formal wetland determinations and regulatory permitting through the Broward County Environmental Protection and Growth Management Department (BCEPGMD), South Florida Water Management District (SFWMD) and U.S. Army Corps of Engineers (USACOE). The Chappell Group, Inc. was responsible for all environmental services related to the design and permitting of the roadway extension, including mitigation credit determination and allocation associated with the existing Broward County Everglades Restoration Area. Construction Cost: $50,000,000

Services Rendered: Preliminary Environmental Assessment; Wetland Boundary Survey Delineation; Jurisdictional Wetland Determination; Regulatory Permitting; Mitigation Credit Determination & Allocation

Client Information: Mr. Richard Tornese, P.E. Broward County Highway Construction & Engineering Division, 1 North University Drive, Suite 300-B Plantation, Florida 33324, Phone: (954) 577-4555 Fort Lauderdale/ Hollywood International Airport - Fort Lauderdale, Broward County, FL Project Description: The Chappell Group, in conjunction with EAC Consulting, Inc. (EAC) was contracted to perform General Engineering Services for the Fort Lauderdale/Hollywood International Airport for Broward County Aviation Department (BCAD). TCG was responsible for all environmental assessments, wildlife surveys, and due diligence services for the Terminal and Interchange Improvements at the airport. Assessment and due diligence services included the site inspection, records review and preparation of demolition and asbestos abatement specifications for the existing Key Power facility building at North Perry Airport. The Chappell Group, Inc. performed these tasks for EAC Consulting by March 2013. Construction Cost: $100,000,000

Services Rendered: Environmental Assessments; Wildlife Surveys; Due Diligence Services

Client Information: Mr. Rick Crooks, EAC Consulting, Inc. 815 NW 57th Avenue Suite 402, Miami, Florida 33126 Phone: (305) 264-2557

125119 |

7/2/2018 BidSync p. 132 Broward County Board of PNC2116532P1 County Commissioners

Past Performance - Florida Engineering and Testing

Water Treatment Plant 2A - Pompano Beach, FL Project Scope: Three (3) year $3.8 Million improvements to municipal water treatment plant hypochlorite system including, pads for tanks, additions, sidewalks, trenches, etc. FE&T was involved with geotechnical engineering and sampling & testing services for this project. Professional Services Completed to Satisfaction- 2012

Owner Information: Broward County Public Schools, Contact: Mr. Glenn Cunningham, (954) 987-0066, Hazen & Sawyer

N.W. 77th Way Water Main Replacement Phase I and II; Pembroke Pines, Florida - Pembroke Pines, Florida

Project Scope: Two (2) year $1 Million water main replacement for 2 phases of residential homes in Pembroke Pines. FE&T was involved with environmental engineering, geotechnical engineering and sampling & testing services for this project. Professional Services: 2011- Present

Owner Information: City of Pembroke Pines, Contact: Jason Shlimbaum, (954) 797-7710, JMS Construction Services

126120 | | 7/2/2018 BidSync p. 133

Broward County Board of PNC2116532P1 County Commissioners

Tab 3 B Agency Experience and Reference Verification Forms

121127 | |

7/2/2018 BidSync p. 134

Broward County Board of PNC2116532P1 County Commissioners Port Everglades Cargo Terminal Annex & Yard Fort Lauderdale, FL

firm’s responsibilities Complete Design-Build Services Owner’s Representative Value Engineering Lump-Sum Bidding Delivery BEA has been engaged for the complete redevelopment of an 11-acre parcel of land by Port Ev- erglades, including excavation backfill and compaction to construct a remote annex to the main Port key personnel Everglades Terminal (PET). The project entails full architectural and engineering design-build Bruno E. Ramos, AIA, GC, LEED AP services including structural engineering, drainage, lighting, security and communication features. John Colao, AIA, GC The design phase has been completed. The annex and yard -- to be used by the Mediterranean

Shipping Company -- will be equipped with the latest cutting edge technological capabilities, including estimated cost entire project fiber optics, wireless communication, and state-of-the-art security and surveillance. Additionally, the $6.8 million facility will enable PET to open up areas of the port for the construction and installation of rubber tire gantry cranes (RTGs). Once implemented, the RTG system will allow the main facility to triple work for which its TEU* capacity. firm was responsible For this Project, BEA Architects utilized CAD and BIM software to prepare project documents. BIM $6.8 million software primarily allowed for collaborations with outside consultants.

owner’s name & address BEA Architects ensured satisfactory completion of work provided through interactions with the: Port Everglades Terminal, LLC Florida Building Code; City of Hollywood Building Department; City of Hollywood Planning 4200 McIntosh Road Department; Florida Power and Light; Florida Wildlife Conservation Commission. Jurisdictional Hollywood, FL 33316 agencies are as follows: the state of Florida, Broward County, Port Everglades Terminal (PET). Mr. Richard Rovirosa * Trailer Equivalent Unit (equal to 20 feet) 305.374.0012 #406 [email protected]

*Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 128 | 7/2/2018 BidSync p. 135

Broward County Board of PNC2116532P1 County Commissioners Cruise Terminal No. 1 & Intermodal Center with Parking Garage Port Canaveral, FL

firm’s responsibilities Complete Design-Build Services Cruise Terminal Architecture Wayfinding & Signage

key personnel Bruno E. Ramos, AIA, GC, LEED AP John Colao, AIA, GC Robert Draper, RA, NCARB Kyle A. Kincaid, M.Arch. BEA is the Architect-of-Record for the Design / Build of Cruise Terminal No. 1 at Port Canav- eral; a state-of-the-art 190,000 SF passenger cruise terminal facility. The two-story cruise terminal completion date complex also includes a 1,000-space parking garage and Intermodal Center, as well as a December 2014 1,400 foot-long berth facility. The two-story cruise terminal complex has been de- signed to handle

the largest cruise ships currently sailing, as well as the 6,000 passenger vessels currently in estimated cost design. The terminal passenger service, as well as the U.S. Customs facilities, have been entire project designed to accommodate vessels in home port or port of call vis- its, provides for $100 million simultaneous embark and disembark processes, as well as conforms to U.S. Customs Border Protection (USCBP) passenger screening and security regulations.

work for which firm was responsible $64 million

owner’s name & address Ivey’s Construction, Inc. 4060 N. Courtenay Parkway Merritt Island, FL 32953 Mr. Rocky Johnson 321.453.3812 [email protected] *Work for which firm is responsible for has been completed to satisfaction on time and on budget BEA a r c h i t e c t s 123129 |

7/2/2018 BidSync p. 136 Broward County Board of PNC2116532P1 County Commissioners Cruise Terminal No. 1 & Intermodal Center with Parking Garage Port Canaveral, FL Page 2 of 2

The terminal complex also provides a landscaped public plaza; accented by a tensile sail structure for shade purposes, that connects the cruise terminal complex to nearby dining, shopping and entertainment options available to both cruise passengers as well as crew members. Special attention has been given to the design of embarking and disembarking processes to enhance passenger experience. The passenger waiting area has been located at the Second Floor of the terminal and is provided with a 200 foot-long north facing glazed wall that provides pan- oramic views of Port Canaveral. Another design effort to enhance overall passenger experience resulted in locating both the Intermodal Center and Passenger Drop-off Area at the Ground Level of the Parking Garage, thus providing shade and shelter from the sun and drenching summer rains, while ensuring the shortest walking distance to the cruise terminal complex.

For this Project, BEA Architects ensured satisfactory completion of work provided through interactions with the: Florida Building Code; US Customs and Border Patrol; Brevard County Fire Department. Jurisdictional agencies are as follows: the state of Florida, Brevard County, Canaveral Port Authority.

BEA a r c h i t e c t s 130124 |

7/2/2018 BidSync p. 137 Broward County Board of PNC2116532P1 County Commissioners Sea Freight Terminal

Port Everglades - Fort Lauderdale, FL

firm’s responsibilities Design Build Architectural Design Services Construction Administration

The Seafreight Agencies initiative is a design-build project where BEA currently key personnel provides termi-nal planning and IT communication design services, construction Bruno E. Ramos, AIA, GC, LEED AP Adrian Price administration and contractor services. Project responsibilities include - but are not limited to - site planning and operational logistics, traffi c pattern analysis, safety and security, port access and systems coordination. Storm water solutions were

estimated cost implemented to maintain high water quality in wash down area. For this Project, BEA entire project Architects utilized CAD and BIM software to prepare project documents. BIM software $2.3 million primarily allowed for collaborations with outside consultants.

For this Project, BEA Architects ensured satisfactory completion of work provided work for which through interactions with the: Florida Building Code; City of Hollywood Building firm was responsible Department; City of Hollywood Planning Department; Florida Power and Light; Florida $ 180,000 Wildlife Conservation Commission. Jurisdictional agencies are as follows: the state of

Florida, Broward County, Port Everglades Terminal (PET).

owner’s name & address Seafreight Agencies USA, Inc. 2800 NW 105th Ave Doral, FL33172 Roland Malins-Smith 305.592.6060

*Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 131 |

7/2/2018 BidSync p. 138

Broward County Board of PNC2116532P1 County Commissioners Cruise Terminal No. 5 & Parking Facility Renovations Port Canaveral, FL

firm’s responsibilities

Cruise Terminal Architecture CM-at-Risk Construction Documents

key personnel BEA Architects provided Design, Construction Documents and Construction Administration through CM-at-Risk Bruno E. Ramos, AIA, GC, LEED AP for a 90,000-SF existing cruise terminal renovation and a 28,000-SF expansion, permitting the use of larger Robert Draper, RA, NCARB cruise ships and extending life of the terminal for years into the future. Strong effort was placed into the design Kyle A. Kincaid, M.Arch. Guadalupe Lira, M.Arch. of updated passenger circulation, utilizing a new entry and an expansion of the second floor to accommodate an increase of passengers from 2,500 to 3,500. Major modifications included 70 general completion date ticket counter stations and an additional waiting area, as well as a state-of-the-art CBP process-ing area. The May 2016 cruise terminal facility also includes a 1,044-space parking garage to facilitate pick-up and drop-off at the ground level, as well as a new connector bridge to the entrance, providing ease of access and cover from the estimated cost sun and drenching summer rains, further expanding the efficiency of cruise operations. entire project $48 million For this Project, BEA Architects ensured satisfactory completion of work provided through interactions with the: work for which Florida Building Code; US Customs and Border Patrol; Brevard County Fire Department. Jurisdictional firm was responsible agencies are as follows: the state of Florida, Brevard County, Canaveral Port Authority. $48 million

owner’s name & address Canaveral Port Authority 445 Challenger Road, Suite 301 Cape Canaveral, FL 32920 Mr. Tom Foxhoven 321.783.7831 ext. 255 [email protected] *Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 132126 | |

7/2/2018 BidSync p. 139 Broward County Board of PNC2116532P1 County Commissioners Port of Miami Cruise Terminals D & E Miami, FL

firm’s responsibilities Complete A/E Services

key personnel Bruno E. Ramos, AIA, GC, LEED AP The twin-berth facility at the Port of Miami was designed for Carnival Cruise Line’s newest generation John Colao, AIA, GC of megaships. It offers two 115,000-SF terminals and is the first to incorporate the new Department of Homeland Security mandates for Coast Guard security standards and merged, streamlined INS and completion date U.S. Customs operations. Each terminal consists of three levels: embarking passengers are contained June 2017 to the second level and disembarking to the first and third. This unique arrangement allows for the arrival and check-in of embarking passengers simultaneously with the disembarkation of returning passengers, estimated cost as they are processed through a “sterile” Federal Inspection Services (FIS) zone. The terminals also entire project integrate a dual-functioning baggage conveyor system to provide for back-of-house U.S. Customs $77.9 million search operations; three sets of high volume conveyors enable over 3,000 passengers – in groups of 300 to 400 – to pick up nearly 7,000 pieces of luggage over a 90-minute period. Covered intermodal/ work for which bus exchange areas, located at the terminals’ ends, extend the functioning space of the project in an firm was responsible attractive, economic manner. Here, airline check-in counters are available for disembarking passengers, $77.9 million and 100% of the luggage is screened and matched with embarking passengers: an industry first.

owner’s name & address Miami-Dade Seaport Department 1015 N. America Way, 2nd Floor Miami, FL 33132 Mr. Jose Posada 305.347.4909

*Work for which firm is responsible for has been completed to satisfaction on time and on budget

BEA a r c h i t e c t s 133127 | |

7/2/2018 BidSync p. 140 Broward County Board of PNC2116532P1 County Commissioners Port of Miami Cruise Terminals D & E Miami, FL Page 2 of 2

BEA provided complete architectural, engineering, and construction administration for these state-of-the art passenger cruise terminals at the Port of Miami. Inspired by the openness of historical transportation hubs, this project features large span tensile structures that yield vast, uninterrupted interior space, and the cable-stayed masts project a roof profile that imbues a nautical air. The new terminals – icons along the prominent waterfront skyline – serve as Carnival Cruise Line’s new base of operations for its Miami fleet. CAD and BIM software was used to prepare project documents. BIM software primarily allowed for collaborations with Project sub-consultants.

For this Project, BEA Architects ensured satisfactory completion of work provided through interactions with the: Florida Building Code; US Customs and Border Patrol; United States Coast Guard; Miami- Dade Sherriff’s Department; Miami-Dade Fire Department. Jurisdictional agencies are as follows: the state of Florida, Miami-Dade County, Miami-Dade Seaport Department.

BEA a r c h i t e c t s 134128 | |

7/2/2018 BidSync p. 141 Broward County Board of PNC2116532P1 County Commissioners Cruise Terminal No. 10 Expansion & Roadway Traffic Studies Port Canaveral, FL

firm’s responsibilities

Cruise Terminal Architecture CM-at-Risk Master Planning Services Traffic Studies BEA Architects provided Design, Construction Documents and Construction Administration through CM-at- Construction Documents Risk for a 126,000-SF existing cruise terminal renovation and a 41,000-SF expansion, planned for the use of Construction Administration larger cruise ships, and extended life of the terminal for years into the future. Design efforts contributed to an updated means of circulation, utilizing a new entry, and an expansion of the second floor, enabling key personnel Cruise Terminal 10 to handle cruise ships as large as 4,500 passengers from the former 3,200-passenger Bruno E. Ramos, AIA, GC, LEED AP capacity. Major modifications included a second level infill waiting area, an additional east and west bag- Robert Draper, RA, NCARB gage lay-down area, a new state-of-the-art CBP processing facility, and a 400’ passenger bridge extension. Kyle A. Kincaid, M.Arch. Guadalupe Lira, M.Arch.

completion date November 2016

estimated cost entire project $35 million

work for which firm was responsible $27 million In addition to expanding the cruise terminal, BEA Architects was also part of the traffic studies and master owner’s name & address plan preparation of roadway design that incorporated current and future traffic volumes in Port Canaveral. Canaveral Port Authority The purpose of this study was to propose solutions for adjusting the existing roadway network to accommodate the needs of the expanding cruise terminal capacities in Port Canaveral. The study involved 445 Challenger Road, Suite 301 setting up multiple camera locations to obtain traffic counts to each cruise terminal. BEA acquired information Cape Canaveral, FL 32920 on quantities and time frames for shuttles, buses, provisioning trucks, taxis, limos, and P.O.V.’s, among Mr. Tom Foxhoven others not accounted for with typical traffic count strips. This information was submitted into special video 321.783.7831 ext. 255 simulation software to find when and where pinch points formed in the current layout. While maximizing [email protected] the existing infrastructure, BEA formulated the proposed master plan. The simulation was then run-over *Work for which firm is responsible for has been the proposed master plan to ensure continuous, free-flow-ing traffic that would accommodate the needs of completed to satisfaction on time and on budget the cruise terminal expansions of Port Canaveral. BEA utilized CAD and BIM software to prepare project

documents, with BIM primarily utilized for collaborations with outside consultants.

For this Project, BEA Architects ensured satisfactory completion of work provided through interactions with the: Florida Building Code; US Customs and Border Patrol; Brevard County Fire Department. Jurisdictional BEA agencies are as follows: the state of Florida, Brevard County, Canaveral Port Authoritty. a r c h i t e c t s 135 | 7/2/2018 BidSync p. 142

Broward County Board of PNC2116532P1 County Commissioners

✔ b. Deliverables 4. Project completed within budget ✔ 5. Cooperation with: a. Your Firm ✔ b. Subcontractor(s)/Subconsultant(s) ✔ c. Regulatory Agency(ies) ✔

Additional Comments: (provide on additional sheet if needed)

***THIS SECTION FOR COUNTY USE ONLY*** 136 | Verified via: EMAIL VERBAL Verified by: Division: Date: 130 | All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the 5/24Co/2u0nt1y 8as1a0:b4a6sisAfoMr rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County 7/2/2018Procurement Code. BidSync p. 143 Broward County Board of PNC2116532P1 County Commissioners

Additional Comments: (provide on additional sheet if needed)

***THIS SECTION FOR COUNTY USE ONLY***

Verified via: EMAIL VERBAL Verified by: Division: Date: 137 | 132 | All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the 5/24Co/2u0nt1y 8as1a0:b4a6sisAfoMr rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County 7/2/2018Procurement Code. BidSync p. 144 Broward County Board of PNC2116532P1 County Commissioners

Additional Comments: (provide on additional sheet if needed)

***THIS SECTION FOR COUNTY USE ONLY*** 138 | Verified via: EMAIL VERBAL Verified by: Division: Date: 132 | All information provided to Broward County is subject to verification. Vendor acknowledges that inaccurate, untruthful, or incorrect statements made in support of this response may be used by the 5/24Co/2u0nt1y 8as1a0:b4a6sisAfoMr rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County 7/2/2018Procurement Code. BidSync p. 145 Broward County Board of PNC2116532P1 County Commissioners

Tab 4 Firm Workload

133139 | | 7/2/2018 BidSync p. 146 Broward County Board of PNC2116532P1 County Commissioners

WORKLOAD

STATUS ABBREVIATIONS:

BN Bidding and Negotiations CA Construction Administration CD Construction Documents DD Design Development P Permitting PC Post Construction PD Pre-Design VE Value Engineering Analysis

SD Schematic Design

C Completed ST Study/ Reports

Our current workload is averaging approximately 60 to 75% of the maximum possible without the need for overtime. We can accommodate a workload of up to 95% of maximum. This would provide approximately 50 to 75 staff hours per week, which would be immediately available for this project.

Additional time may also become available, as approximately 25% to 40% of our projects are completed in a relatively short time frame, providing available staff hours on a continuous basis. We can allocate these hours to new or existing projects as required to meet our project demands and schedules.

We are confident that we can successfully meet the project schedule and milestones as outlined in the RFQ.

134140 | 7/2/2018 BidSync p. 147 Broward County Board of PNC2116532P1 County Commissioners

141 | 135 |

7/2/2018 BidSync p. 148 Broward County Board of PNC2116532P1 County Commissioners

Tab 5 Vendor Location

142 | 136 |

7/2/2018 BidSync p. 149 DPX Form Broward County Board of PNC2116532P1 County Commissioners Supplier Response Form RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting information may affect the Vendor’s evaluation. Provided information is subject to verification by the County.

A Vendor’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center’ and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor’s principal place of business in Broward County shall be the Vendor’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation’s due date.

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor’s “Principal Address” listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation’s opening date;

4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

143 | 137 |

7/2/2018 BidSync p. 150 DPX Form Broward County Board of PNC2116532P1 5. If awarded a contract, it is the intent of theCounty Vendor Commissioners to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnership b. Percentage of Equity for all Joint Venture Partners c. A copy of the executed Agreement(s) between the Joint Venture Partners

✔ Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name:

Vendor’s address listed in its submittal is:

3075 NW South River Drive Miami, Florida 33142

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Bruno-Elias Ramos, AIA, GC, NCARB, LEED AP President BEA Architects, Inc. 7-10-2017

A uthorized Signature/Name Title Vendor Name Date

Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.)

To take exception: 1) Click Take Exception. 2) Create a Word document detailing your exceptions. 3) Upload exceptions as an attachment to your offer on BidSync's system.

By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. 144 | 7/2/2018 BidSync p. 151

Broward County Board of PNC2116532P1 County Commissioners

Tab 6 Willingness to Meet Time and Budget

139145 | |

7/2/2018 BidSync p. 152 Broward County Board of PNC2116532P1 County Commissioners

Willingness to Meet Time/Budget

BEA Architects is ready and willing to comply with Broward County’s Completion Date Requirement of

18 months from Notice to Proceed (NTP), as well as with the $3 Million Project Budget.

The firm is well-equipped to handle budget control and will work to keep project total costs below the

project budget. In addition, BEA is used to handling fast-track projects and time is never an issue.

BEA has completed multiple past projects for the County, including work specifically for Port

Everglades, that have required time sensitivity and budget control.

More details on budget control and value engineering can be found in the Project Approach in Tab 2.

140146 | |

7/2/2018 BidSync p. 153 Broward County Board of PNC2116532P1 County Commissioners

Tab 7 Volume of Previous Work

141147 |

7/2/2018 BidSync p. 154 DPX Form Broward County Board of PNC2116532P1 County Commissioners Supplier Response Form

VOLUME OF PREVIOUS WORK ATTESTATION FORM The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the Vendor’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable). The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker. Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each o f the entities forming the joint venture. The Vendor attests to the following:

Item Project Title Solicitation/ Department Date Paid to No. Contract or Division Awarded Date Number: Dollar Amount

1 A/E Services for Southport Phase IX-B RFP No. R1171027P1 Seaport Engineering 06-24-2014 $669,114.03

2 A/E Services for Northport Parking Garage Rep RFP No. X1159616P1 Seaport Engineering 05-14-2015 $27,582.23

3 A/E Services for McIntosh Road Driveway/Inte RFP No. X1159616P1 Seaport Engineering 07-01-2015 $43,500.00

4 A/E Services for Midport Cathodic Protection I RFP No. X1159616P1 Seaport Engineering 07-23-2015 $34,040.79

5 A/E Services for Eller Drive Bridge Improveme RFP No. X1159616P1 Seaport Engineering 12-16-2016 $39,517.76

Grand Total $813,754.81

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County? Yes

✔ No If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name: BEA Architects, Inc.

Bruno-Elias Ramos, AIA, GC, NCARB, LEED AP President 07-10-2017 Authorized Signature/ Name Title Date

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If not provid ed with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm. Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following: 148 | 7/2/2018 BidSync p. 155

DPX Form Broward County Board of PNC2116532P1 County Commissioners

Solicitation/ Department JV Paid to Item Contract Date Equity Date No. Project Title Number: or Division Awarded Dollar % Amount

1

2

3

4

5

Grand Total N/A

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name: N/A

N/A N/A N/A Authorized Signature/ Name Title Date

Please enter your password below and click Save to update your response. Please be aware that typing in your password acts as your electronic signature, which is just as legal and binding as an original signature. (See Electronic Signatures in Global and National Commerce Act for more information.)

To take exception: 1) Click Take Exception. 2) Create a Word document detailing your exceptions. 3) Upload exceptions as an attachment to your offer on BidSync's system.

By completing this form, your bid has not yet been submitted. Please click on the place offer button to finish filling out your bid. Username beamarketing Password *

* Required fields

149 | 143 |

7/2/2018 BidSync p. 156 Broward County Board of PNC2116532P1 County Commissioners

Tab 8 Additional Documentation

150144 | |

7/2/2018 BidSync p. 157 Broward County Board of PNC2116532P1 County Commissioners DATE (MM/DD/YYYY) CERTIFICATE OF LIABILITY INSURANCE 6/5/2018 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). CONTACTJim Ledbetter PRODUCER NAME: Hall & Company PHONE FAX 360-598-3703 (A/C, No,360 Ext):-626 -2019 (A/C, No): A/E Professional Liability Insurance Program LLC E-MAIL [email protected] 19660 10th Ave NE ADDRESS: Poulsbo WA 98370 INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :RLI INSURANCE COMPANY 13056 INSURED BEAARCH-01 INSURER B :Atlantic Specialty Insurance Company 27154 BEA Architects Inc 3075 NW South River Dr INSURER C : Miami FL 33142 INSURER D : INSURER E : INSURER F :

COVERAGES CERTIFICATE NUMBER:1016103986 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 ADDL SUBR POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y PSB0003722 8/26/2017 8/26/2018 EACH OCCURRENCE $1,000,000 DAMAGE TO RENTED CLAIMS-MADE X OCCUR PREMISES (Ea occurrence) $1,000,000 MED EXP (Any one person) $10,000

PERSONAL & ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X LOC JECT PRODUCTS - COMP/OP AGG $2,000,000 OTHER: $ COMBINED SINGLE LIMIT A AUTOMOBILE LIABILITY Y Y PSB0003722 8/26/2017 8/26/2018 (Ea accident) $1,000,000 ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY (Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) $

A UMBRELLA LIAB X OCCUR Y Y PSE0002119 8/26/2017 8/26/2018 EACH OCCURRENCE $4,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $4,000,000

DED X RETENTION $0 $ WORKERS COMPENSATION PER OTH- A Y PSW0003099 8/26/2017 8/26/2018 X STATUTE ER AND EMPLOYERS' LIABILITY Y / N

ANYPROPRIETOR/PARTNER/EXECUTIVE Y E.L. EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? N / A (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $1,000,000 B Professional Liab:Claims Made N Y DPL699217 8/26/2017 8/26/2018 $2,000,000 Per Claim $2,000,000 Aggrega A Excess Professional Liability RDP0030445 10/2/2017 8/26/2018 $3,000,000 Per Claim $3,000,000 Aggrega

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The certificate holder is an additional insured per the attached.

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Broward County 1850 Eller Drive Ft. Lauderdale FL 33316 AUTHORIZED REPRESENTATIVE 151 |

7/2/2018 BidSync © 1988-2015 ACORD CORPORATION. All rights reserved.p. 158 ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACCORD

Broward County Board of PNC2116532P1 WORKERS COMPENSATION AND EMPLOYERSCounty LIABILITY Commissioners INSURANCE POLICY WC 00 03 13 (Ed. 4-84)

WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT

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 anyone not named in the Schedule.

Schedule

Any person or organization that you have agreed with in a written contract to provide this agreement.

This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated.

(The information below is required only when this endorsement is issued subsequent to preparation of the policy.)

Endorsement Effective 08-26-2017 Policy No. Endorsement No.

Insured PSW0003099 Premium 1730 BEA Architects, Inc

Insurance Company Countersigned by RLI Insurance Company

WC 00 03 13 (Ed. 4-84)

152 |  1983 National Council on Compensation Insurance. 7/2/2018 BidSync p. 159

Broward County Board of PNC2116532P1 County Commissioners RLI Insurance Company Policy Number: PSB0003722 Named Insured: BEA Architects, Inc

THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.

RLIPack® FOR PROFESSIONALS BLANKET ADDITIONAL INSURED ENDORSEMENT

This endorsement modifies insurance provided under the following:

BUSINESSOWNERS COVERAGE FORM - SECTION II – LIABILITY

1. C. WHO IS AN INSURED is amended to include as additional insured under this policy must apply on a an additional insured any person or organization that primary basis, or a primary and non-contributory you agree in a contract or agreement requiring basis, this insurance is primary to other insurance that insurance to include as an additional insured on this is available to such additional insured which covers policy, but only with respect to liability for "bodily such additional insured as a named insured, and we injury", "property damage" or "personal and will not share with that other insurance, provided that: advertising injury" caused in whole or in part by you a. The "bodily injury" or "property damage" for which or those acting on your behalf: coverage is sought occurs after you have entered a. In the performance of your ongoing operations; into that contract or agreement; or b. In connection with premises owned by or rented b. The "personal and advertising injury" for which to you; or coverage is sought arises out of an offense committed after you have entered into that c. In connection with “your work” and included within contract or agreement. the “product-completed operations hazard”. 4. The following is added to SECTION III K. 2. Transfer 2. The insurance provided to the additional insured by of Rights of Recovery Against Others to Us – this endorsement is limited as follows: COMMON POLICY CONDITIONS (BUT a. This insurance does not apply on any basis to any APPLICABLE TO ONLY TO SECTION II – person or organization for which coverage as an LIABILITY) additional insured specifically is added by another We waive any rights of recovery we may have against endorsement to this policy. any person or organization because of payments we b. This insurance does not apply to the rendering of make for "bodily injury", "property damage" or or failure to render any "professional services". "personal and advertising injury" arising out of "your work" performed by you, or on your behalf, under a c. This endorsement does not increase any of the contract or agreement with that person or limits of insurance stated in D. Liability And organization. We waive these rights only where you Medical Expenses Limits of Insurance. have agreed to do so as part of a contract or 3. The following is added to SECTION III H.2. Other agreement with such person or organization entered Insurance – COMMON POLICY CONDITIONS (BUT into by you before the "bodily injury" or "property APPLICABLE ONLY TO SECTION II – LIABILITY) damage" occurs, or the "personal and advertising injury" offense is committed. However, if you specifically agree in a contract or agreement that the insurance provided to an

ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED.

153 | PPB 304 02 12 Page 1 of 1

7/2/2018 BidSync p. 160

Broward County Board of PNC2116532P1 County Commissioners Policy Number: PSE0002119 RLI Insurance Company

THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.

RLIPack® FOR DESIGN PROFESSIONALS EXCESS LIABILITY ENHANCEMENT

SCHEDULE OF COVERAGES ADDRESSED BY THIS ENDORSEMENT

A. General Aggregate Limit – Per Project Or Per Location B. Additional Insured – Primary/Non-contributory C. Waiver Of Transfer Of Rights Of Recovery Against Others To Us

This endorsement modifies insurance provided under the following:

COMMERCIAL EXCESS LIABILITY COVERAGE FORM

A. General Aggregate Limit – Per Project Or Per (3) premises where operations are performed in Location sections, stages or phases as a continuation of the same contract or agreement, even if Paragraph 2.a. of C. Limits of Liability of SECTION the premises do not involve connecting lots. I – INSURING AGREEMENT is deleted and replaced by the following: B. Additional Insured – Primary/Non-contributory a. The limit of liability stated in the Declarations as Paragraph K. Other Insurance of SECTION IV – general aggregate is the most we will pay during CONDITIONS is deleted and replaced by the each policy period for all ultimate net loss, except following: ultimate net loss because of: K. Other Insurance (1) injury and damage included in the products- If other insurance, whether collectible or not, is completed operations hazard or; available to the insured covering a loss also (2) any coverage included in underlying covered by this policy, the insurance afforded by insurance to which no underlying aggregate this policy shall be in excess of, and shall not applies. contribute with, such other insurance. However, if the underlying insurance provides coverage to The general aggregate applies separately to each an additional insured on a primary basis, or a of your “projects” away from premises owned by primary and non-contributory basis, this insur- or occupied by you or to each of your locations ance shall be available to such additional insured owned by or occupied by you. on an excess basis over the underlying “Projects” mean an area away from premises insurance. We will not share with other insurance owned by or rented to you at which you are which covers such additional insured as a named performing operations pursuant to a contract or insured. agreement. For the purposes of determining the C. Waiver Of Transfer Of Rights Of Recovery applicable aggregate limit of insurance, each Against Others To Us "project" at the same “location” shall be considered a single "project". Paragraph L. Subrogation of SECTION IV – CONDITIONS is deleted and replaced by the For the purposes of this provision, “location” following: means (1) premises involving the same or connecting lots; (2) premises where connection is interrupted only by a street, roadway, waterway or right- of-way of a railroad; or

148 | PPU 304 06 10 Page 1 of 2 154 |

7/2/2018 BidSync p. 161 Broward County Board of PNC2116532P1 County Commissioners

L. Subrogation Any amount recovered through subrogation or otherwise shall be apportioned in the inverse order of In the event of any payment under this policy, the payment of the claim or claims involved to the extent insured must notify us of any of the insured's rights of actual payment thereof by all interests. The of recovery against any person or organization. We expenses of all such recoveries and proceedings in shall be subrogated to all such rights. The insured connection therewith shall be apportioned in the ratio shall execute and deliver instruments and papers of respective recoveries. With respect to proceedings and do whatever else is necessary to secure such conducted solely by us, if there is no recovery, we will rights. The insured shall do nothing after loss to bear the expense thereof. If there is a recovery, we prejudice such rights. However we waive any shall be reimbursed in full from such recovery for the rights of recovery we may have against any amount of all expenses incurred by us before person or organization if the underlying apportionment of such recovery as herein provided. insurance also waives such rights.

ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED.

155149 | | PPU 304 06 10 Page 2 of 2 7/2/2018 BidSync p. 162 Broward County Board of PNC2116532P1 County Commissioners

BEA architects, Inc. 1:15 PM Balance Sheet 06/05/18 As of December 31, 2016 Accrual Basis

Dec 31, 16

ASSETS Current Assets Checking/Savings 70,896.72

Accounts Receivable 597,524.67

Other Current Assets 83,989.38 Total Current Assets 752,410.77

Fixed Assets Other 150,205.99 Assets 57,450.00

TOTAL ASSETS 960,066.76

LIABILITIES & Liabilities EQUITCYurrent Liabilities Accounts Payable Accounts Payable 331,520.22

Total Accounts Payable 331,520.22

Other Current Liabilities 188,010.58

Total Current Liabilities 519,530.80

Long Term Liabilities Total 330,882.74

Liabilities 850,413.54

Equity Paid in Capital 1,101,150.02 Capital Stock 100.00 Retained Earnings 90,739.25 Shareholder Distributions -1,642,106.52 Net Income 559,770.47

Total Equity 109,653.22

TOTAL LIABILITIES & 960,066.76 EQUITY

156150 | |

7/2/2018 BidSync p. 163 Broward County Board of PNC2116532P1 1:19 PM BEACounty architects, Commissioners Inc. 06/05/18 Accrual Basis Profit & Loss January through December 2016

Jan - Dec 16

Ordinary Income/Expense Income Income Other Income 2,993,340.47 Design Income 2,449,384.51 Consulting Income 3,451.00 Total Income 5,446,175.98

Total Income 5,446,175.98 Cost of Goods Sold 2,532,510.59

Gross Profit 2,913,665.39 Expense Office Expense 238,346.86 Profesional Fees 35,529.04 Travel and Entertaiment 342,947.62 Insurance Expense 93,105.24 Payroll - Salaries and Wages 970,329.21 Other Expense 55,511.91 Bank Charges 8,409.10 Cash Advanced 3,090.00 Finance Charges 122.20 Temporary Staff 8,451.80 Donations & Contributions 41,154.07 Computer Software Maintenance 19,458.11 Alarm / Security Expense 696.66 Advertising 11,709.60 Business Licenses and Permits 1,695.19 Conventions and Trade Shows 15,594.75 Depreciation Expense 58,396.20 Dues and Subscriptions 10,281.78 Equipment 573.98 Gifts & promotions expense 1,486.32 Office Management fees 240,000.00 Miscellaneous Expense 1,814.79 Office Supplies 49,962.36 Repairs and Maintenance 8,319.50 Postage 999.03 Uniform Expense 3,129.27 Training & education expense 4,943.43 Continuing Education 608.00 Transaction fee 1,150.38 Office Food Supply 30,070.14 Cable Television Expense 407.81 Hiring expense 3,296.24 Medical Expense 6,819.86 Bad Debts Expense 61,408.34 Legal/Accounting Fees 11,150.00 Accounting Fees 14,250.00 Total Expense 2,355,218.79

Net Ordinary Income 558,446.60 Other Income/Expense Other Income 1,570.87 Other Expense Interest 247.00

Total Other Expense 247.00 Net Other Income 1,323.87 Net Income 559,770.47

157151 ||

7/2/2018 BidSync p. 164 Broward County Board of PNC2116532P1 County Commissioners 3:07 PM BEA architects, Inc. 05/17/18 Balance Sheet Accrual Basis As of December 31, 2017

Dec 31, 17

ASSETS Current Assets Checking/Savings Popular Community Bank - 3246 426,362.78

Total Checking/Savings 426,362.78

Accounts Receivable Accounts Receivable 1,101,138.61

Total Accounts Receivable 1,101,138.61

Other Current Assets 115,801.70

Total Current Assets 1,643,303.09

Fixed Assets Computer Equipment 208,388.70 Office Computers and Printers 43,955.17 Computer Software 12,360.94 Furniture and Equipment 59,918.61 Accumulated Depreciation -223,690.97

Total Fixed Assets 100,932.45

Other Assets Due from Shareholders 418,632.00

Total Other Assets 418,632.00

TOTAL ASSETS 2,162,867.54

LIABILITIES & EQUITY Liabilities Current Liabilities Accounts Payable Accounts Payable 427,260.58

Total Accounts Payable 427,260.58

Other Current Liabilities Accrued Vacation 31,753.80 Revolving Line of Credit Popula 303,000.00 Retainage Payable 70,251.67

Total Other Current Liabilities 405,005.47

Total Current Liabilities 832,266.05

Long Term Liabilities Due to BEA/Meridian 5,802.74

Total Long Term Liabilities 5,802.74

Total Liabilities 838,068.79

Equity Paid in Capital 1,101,150.02 Capital Stock 100.00 Retained Earnings 651,409.72 Shareholder Distributions -1,817,451.49 Net Income 1,389,590.50

Total Equity 1,324,798.75

TOTAL LIABILITIES & EQUITY 2,162,867.54

152158 | | 7/2/2018 BidSync p. 165 Broward County Board of PNC2116532P1 County Commissioners

12:36 PM BEA architects, Inc.

05/16/18 Profit & Loss Accrual Basis January through December 2017

Jan - Dec 17

Ordinary Income/Expense 4,573,070.75 Income 1,418,118.02 Cost of Goods Sold

Gross Profit 3,154,952.73 1,764,180.29 Expense 1,390,772.44 Net Ordinary Income

Other Income/Expense Other Income 418.37 Currency Exchange Gain / Losses 418.37 Total Other Income

Other Expense 1,600.31 Interest

1,600.31 Total Other Expense -1,181.94 Net Other Income

Net Income 1,389,590.50

153159 | | 7/2/2018 BidSync p. 166

Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is 7/2/2018not responsible to receive a particular award. BidSync p. 167

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance. Broward County Board of PNC2116532P1 The Selection or Evaluation Committee will recommendCounty Commissioners to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

7/2/2018 BidSync p. 168 If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statementsBroward and Countyannual Board reports; of or PNC2116532P1 ii. Tax returns; or County Commissioners iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that 7/2/2018 have acted as a prime Vendor with the County.BidSync The Vendor is required to provide all p. 169 information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s) Broward County Board of PNC2116532P1 a. All Vendors are required to disclose theCounty names Commissioners and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

7/2/20183. Vendors are required to review the applicable termsBidSync and conditions and submit the Agreement p. 170 Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Broward County Board of PNC2116532P1 Instructions to Vendors. County Commissioners

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description 7/2/2018of, and arrangements for, the desired demonstration.BidSync In accordance with Section 286.0113 of the p. 171 Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations Broward County Board of PNC2116532P1 If applicable, as indicated in Special InstructionsCounty to Vendors,Commissioners Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

7/2/20181. Broward County is a public agency subject to BidSyncChapter 119, Florida Statutes. Upon receipt, all p. 172 submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync. Broward County Board of PNC2116532P1 L. Confidential Material/ Public Records andCounty Exemptions Commissioners

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal. 7/2/2018 BidSync p. 173 1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information Browardprovided County in theBoard Vendor's of response to the solicitation. In PNC2116532P1 order to receive credit for any tiebreaker criterion,County Commissioners complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in 7/2/2018 connection with the proposed award of a contractBidSync that does not exceed the amount of the p. 174 award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website. Broward County Board of PNC2116532P1 County Commissioners 3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to 7/2/2018bind the Vendor. In the event that the negotiations areBidSync not successful within a reasonable timeframe p. 175 (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiationBroward meetingCounty Board no of later than two weeks after approval of PNC2116532P1 the final ranking as recommended by the SelectionCounty Commissioners or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace 7/2/2018 the requirement to have an original proposalBidSync bond. Vendors must submit the original p. 176 Proposal Bond, by the solicitation due date and time.

6 5 Supplier: BEA Architects, Inc.

Standard Instructions to Vendors Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendors are instructed to read and follow the instructions carefully, as any misinterpretation or failure to comply with instructions may lead to a Vendor’s submittal being rejected.

Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. Refer to the Purchasing Division website or contact BidSync for submittal instructions.

A. Responsiveness Criteria:

In accordance with Broward County Procurement Code Section 21.8.b.65, a Responsive Bidder [Vendor] means a person who has submitted a proposal which conforms in all material respects to a solicitation. The solicitation submittal of a responsive Vendor must be submitted on the required forms, which contain all required information, signatures, notarizations, insurance, bonding, security, or other mandated requirements required by the solicitation documents to be submitted at the time of proposal opening.

Failure to provide the information required below at the time of submittal opening may result in a recommendation Vendor is non-responsive by the Director of Purchasing. The Selection or Evaluation Committee will determine whether the firm is responsive to the requirements specified herein. The County reserves the right to waive minor technicalities or irregularities as is in the best interest of the County in accordance with Section 21.30.f.1(c) of the Broward County Procurement Code.

Below are standard responsiveness criteria; refer to Special Instructions to Vendors, for Additional Responsiveness Criteria requirement(s).

1. Lobbyist Registration Requirement Certification Refer to Lobbyist Registration Requirement Certification. The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

2. Addenda The County reserves the right to amend this solicitation prior to the due date. Any change(s) to this solicitation will be conveyed through the written addenda process. Only written addenda will be binding. If a “must” addendum is issued, Vendor must follow instructions and submit required information, forms, or acknowledge addendum, as instructed therein. It is the responsibility of all potential Vendors to monitor the solicitation for any changing information, prior to submitting their response.

B. Responsibility Criteria:

Definition of a Responsible Vendor: In accordance with Section 21.8.b.64 of the Broward County Procurement Code, a Responsible Vendor means a Vendor who has the capability in all respects to perform the contract requirements, and the integrity and reliability which will assure good faith performance.

The Selection or Evaluation Committee will recommend to the awarding authority a determination of a Vendor’s responsibility. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award.

Failure to provide any of this required information and in the manner required may result in a recommendation by the Director of Purchasing that the Vendor is non-responsive.

Below are standard responsibility criteria; refer to Special Instructions to Vendors, for Additional Responsibility Criteria requirement(s).

1. Litigation History

a. All Vendors are required to disclose to the County all "material" cases filed, pending, or resolved during the last three (3) years prior to the solicitation response due date, whether such cases were brought by or against the Vendor, any parent or subsidiary of the Vendor, or any predecessor organization. A case is considered to be "material" if it relates, in whole or in part, to any of the following:

i. A similar type of work that the vendor is seeking to perform for the County under the current solicitation; ii. An allegation of negligence, error or omissions, or malpractice against the vendor or any of its principals or agents who would be performing work under the current solicitation; iii. A vendor's default, termination, suspension, failure to perform, or improper performance in connection with any contract; iv. The financial condition of the vendor, including any bankruptcy petition (voluntary and involuntary) or receivership; or v. A criminal proceeding or hearing concerning business-related offenses in which the vendor or its principals (including officers) were/are defendants.

b. For each material case, the Vendor is required to provide all information identified on the Litigation History Form.

c. The County will consider a Vendor's litigation history information in its review and determination of responsibility.

d. If the Vendor is a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture.

e. A Vendor is also required to disclose to the County any and all case(s) that exist between the County and any of the Vendor's subcontractors/subconsultants proposed to work on this project.

f. Failure to disclose any material case, or to provide all requested information in connection with each such case, may result in the Vendor being deemed non-responsive.

2. Financial Information

a. All Vendors are required to provide the Vendor's financial statements at the time of submittal in order to demonstrate the Vendor's financial capabilities.

b. Each Vendor shall submit its most recent two years of financial statements for review. The financial statements are not required to be audited financial statements. The annual financial statements will be in the form of:

i. Balance sheets, income statements and annual reports; or ii. Tax returns; or iii. SEC filings.

If tax returns are submitted, ensure it does not include any personal information (as defined under Florida Statutes Section 501.171, Florida Statutes), such as social security numbers, bank account or credit card numbers, or any personal pin numbers. If any personal information data is part of financial statements, redact information prior to submitting a response the County.

c. If a Vendor has been in business for less than the number of years of required financial statements, then the Vendor must disclose all years that the Vendor has been in business, including any partial year-to-date financial statements.

d. The County may consider the unavailability of the most recent year’s financial statements and whether the Vendor acted in good faith in disclosing the financial documents in its evaluation.

e. Any claim of confidentiality on financial statements should be asserted at the time of submittal. Refer to Standard Instructions to Vendors, Confidential Material/ Public Records and Exemptions for instructions on submitting confidential financial statements. The Vendor’s failure to provide the information as instructed may lead to the information becoming public.

f. Although the review of a Vendor's financial information is an issue of responsibility, the failure to either provide the financial documentation or correctly assert a confidentiality claim pursuant the Florida Public Records Law and the solicitation requirements (Confidential Material/ Public Records and Exemptions section) may result in a recommendation of non- responsiveness by the Director of Purchasing.

3. Authority to Conduct Business in Florida

a. A Vendor must have the authority to transact business in the State of Florida and be in good standing with the Florida Secretary of State. For further information, contact the Florida Department of State, Division of Corporations.

b. The County will review the Vendor’s business status based on the information provided in response to this solicitation.

c. It is the Vendor’s responsibility to comply with all state and local business requirements.

d. Vendor should list its active Florida Department of State Division of Corporations Document Number (or Registration No. for fictitious names) in the Vendor Questionnaire, Question No. 10.

e. If a Vendor is an out-of-state or foreign corporation or partnership, the Vendor must obtain the authority to transact business in the State of Florida or show evidence of application for the authority to transact business in the State of Florida, upon request of the County.

f. A Vendor that is not in good standing with the Florida Secretary of State at the time of a submission to this solicitation may be deemed non-responsible.

g. If successful in obtaining a contract award under this solicitation, the Vendor must remain in good standing throughout the contractual period of performance.

4. Affiliated Entities of the Principal(s)

a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. The Vendor is required to provide all information required on the Affiliated Entities of the Principal(s) Certification Form.

b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity.

c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility.

5. Insurance Requirements

The Insurance Requirement Form reflects the insurance requirements deemed necessary for this project. It is not necessary to have this level of insurance in effect at the time of submittal, but it is necessary to submit certificates indicating that the Vendor currently carries the insurance or to submit a letter from the carrier indicating it can provide insurance coverages.

C. Additional Information and Certifications The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

1. Vendor Questionnaire Vendor is required to submit detailed information on their firm. Refer to the Vendor Questionnaire and submit as instructed.

2. Standard Certifications Vendor is required to certify to the below requirements. Refer to the Standard Certifications and submit as instructed.

a. Cone of Silence Requirement Certification b. Drug-Free Workplace Certification c. Non-Collusion Certification d. Public Entities Crimes Certification e. Scrutinized Companies List Certification

3. Subcontractors/Subconsultants/Suppliers Requirement The Vendor shall submit a listing of all subcontractors, subconsultants, and major material suppliers, if any, and the portion of the contract they will perform. Vendors must follow the instructions included on the Subcontractors/Subconsultants/Suppliers Information Form and submit as instructed.

D. Standard Agreement Language Requirements

1. The acceptance of or any exceptions taken to the terms and conditions of the County’s Agreement shall be considered a part of a Vendor’s submittal and will be considered by the Selection or Evaluation Committee.

2. The applicable Agreement terms and conditions for this solicitation are indicated in the Special Instructions to Vendors.

3. Vendors are required to review the applicable terms and conditions and submit the Agreement Exception Form. If the Agreement Exception Form is not provided with the submittal, it shall be deemed an affirmation by the Vendor that it accepts the Agreement terms and conditions as disclosed in the solicitation.

4. If exceptions are taken, the Vendor must specifically identify each term and condition with which it is taking an exception. Any exception not specifically listed is deemed waived. Simply identifying a section or article number is not sufficient to state an exception. Provide either a redlined version of the specific change(s) or specific proposed alternative language. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

5. Submission of any exceptions to the Agreement does not denote acceptance by the County. Furthermore, taking exceptions to the County’s terms and conditions may be viewed unfavorably by the Selection or Evaluation Committee and ultimately may impact the overall evaluation of a Vendor’s submittal.

E. Evaluation Criteria

1. The Selection or Evaluation Committee will evaluate Vendors as per the Evaluation Criteria. The County reserves the right to obtain additional information from a Vendor.

2. Vendor has a continuing obligation to inform the County in writing of any material changes to the information it has previously submitted. The County reserves the right to request additional information from Vendor at any time.

3. For Request for Proposals, the following shall apply:

a. The Director of Purchasing may recommend to the Evaluation Committee to short list the most qualified firms prior to the Final Evaluation.

b. The Evaluation Criteria identifies points available; a total of 100 points is available.

c. If the Evaluation Criteria includes a request for pricing, the total points awarded for price is determined by applying the following formula:

(Lowest Proposed Price/Vendor’s Price) x (Maximum Number of Points for Price) = Price Score

d. After completion of scoring, the County may negotiate pricing as in its best interest.

4. For Requests for Letters of Interest or Request for Qualifications, the following shall apply:

a. The Selection or Evaluation Committee will create a short list of the most qualified firms.

b. The Selection or Evaluation Committee will either:

i. Rank shortlisted firms; or ii. If the solicitation is part of a two-step procurement, shortlisted firms will be requested to submit a response to the Step Two procurement.

F. Demonstrations

If applicable, as indicated in Special Instructions to Vendors, Vendors will be required to demonstrate the nature of their offered solution. After receipt of submittals, all Vendors will receive a description of, and arrangements for, the desired demonstration. In accordance with Section 286.0113 of the Florida Statutes and pursuant to the direction of the Broward County Board of Commissioners, demonstrations are closed to only the vendor team and County staff.

G. Presentations

Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) will have an opportunity to make an oral presentation to the Selection or Evaluation Committee on the Vendor’s approach to this project and the Vendor’s ability to perform. The committee may provide a list of subject matter for the discussion. All Vendor’s will have equal time to present but the question-and-answer time may vary. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, presentations during Selection or Evaluation Committee Meetings are closed. Only the Selection or Evaluation Committee members, County staff and the vendor and their team scheduled for that presentation will be present in the Meeting Room during the presentation and subsequent question and answer period.

H. Public Art and Design Program

If indicated in Special Instructions to Vendors, Public Art and Design Program, Section 1-88, Broward County Code of Ordinances, applies to this project. It is the intent of the County to functionally integrate art, when applicable, into capital projects and integrate artists’ design concepts into this improvement project. The Vendor may be required to collaborate with the artist(s) on design development within the scope of this request. Artist(s) shall be selected by Broward County through an independent process. For additional information, contact the Broward County Cultural Division.

I. Committee Appointment

The Cone of Silence shall be in effect for County staff at the time of the Selection or Evaluation Committee appointment and for County Commissioners and Commission staff at the time of the Shortlist Meeting of the Selection Committee or the Initial Evaluation Meeting of the Evaluation Committee. The committee members appointed for this solicitation are available on the Purchasing Division’s website under Committee Appointment.

J. Committee Questions, Request for Clarifications, Additional Information

At any committee meeting, the Selection or Evaluation Committee members may ask questions, request clarification, or require additional information of any Vendor’s submittal or proposal. It is highly recommended Vendors attend to answer any committee questions (if requested), including a Vendor representative that has the authority to bind.

Vendor’s answers may impact evaluation (and scoring, if applicable). Upon written request to the Purchasing Agent prior to the meeting, a conference call number will be made available for Vendor participation via teleconference. Only Vendors that are found to be both responsive and responsible to the requirements of the solicitation and/or shortlisted (if applicable) are requested to participate in a final (or presentation) Selection or Evaluation committee meeting.

K. Vendor Questions

The County provides a specified time for Vendors to ask questions and seek clarification regarding solicitation requirements. All questions or clarification inquiries must be submitted through BidSync by the date and time referenced in the solicitation document (including any addenda). The County will respond to questions via Bid Sync.

L. Confidential Material/ Public Records and Exemptions

1. Broward County is a public agency subject to Chapter 119, Florida Statutes. Upon receipt, all submittals become "public records" and shall be subject to public disclosure consistent with Chapter 119, Florida Statutes. Submittals may be posted on the County’s public website or included in a public records request response, unless there is a declaration of “confidentiality” pursuant to the public records law and in accordance with the procedures in this section.

2. Any confidential material(s) the Vendor asserts is exempt from public disclosure under Florida Statutes must be labeled as “Confidential”, and marked with the specific statute and subsection asserting exemption from Public Records.

3. To submit confidential material, three hardcopies must be submitted in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301

4. Material will not be treated as confidential if the Vendor does not cite the applicable Florida Statute (s) allowing the document to be treated as confidential.

5. Any materials that the Vendor claims to be confidential and exempt from public records must be marked and separated from the submittal. If the Vendor does not comply with these instructions, the Vendor’s claim for confidentiality will be deemed as waived.

6. Submitting confidential material may impact full discussion of your submittal by the Selection or Evaluation Committee because the Committee will be unable to discuss the details contained in the documents cloaked as confidential at the publicly noticed Committee meeting.

M. Copyrighted Materials

Copyrighted material is not exempt from the Public Records Law, Chapter 119, Florida Statutes. Submission of copyrighted material in response to any solicitation will constitute a license and permission for the County to make copies (including electronic copies) as reasonably necessary for the use by County staff and agents, as well as to make the materials available for inspection or production pursuant to Public Records Law, Chapter 119, Florida Statutes.

N. State and Local Preferences

If the solicitation involves a federally funded project where the fund requirements prohibit the use of state and/or local preferences, such preferences contained in the Local Preference Ordinance and Broward County Procurement Code will not be applied in the procurement process.

O. Local Preference

Except where otherwise prohibited by federal or state law or other funding source restrictions, a local Vendor whose submittal is within 5% of the highest total ranked Vendor outside of the preference area will become the Vendor with whom the County will proceed with negotiations for a final contract. Refer to Local Vendor Certification Form (Preference and Tiebreaker) for further information.

P. Tiebreaker Criteria

In accordance with Section 21.31.d of the Broward County Procurement Code, the tiebreaker criteria shall be applied based upon the information provided in the Vendor's response to the solicitation. In order to receive credit for any tiebreaker criterion, complete and accurate information must be contained in the Vendor’s submittal.

1. Local Vendor Certification Form (Preference and Tiebreaker); 2. Domestic Partnership Act Certification (Requirement and Tiebreaker); 3. Tiebreaker Criteria Form: Volume of Work Over Five Years

Q. Posting of Solicitation Results and Recommendations

The Broward County Purchasing Division's website is the location for the County's posting of all solicitations and contract award results. It is the obligation of each Vendor to monitor the website in order to obtain complete and timely information.

R. Review and Evaluation of Responses

A Selection or Evaluation Committee is responsible for recommending the most qualified Vendor(s). The process for this procurement may proceed in the following manner:

1. The Purchasing Division delivers the solicitation submittals to agency staff for summarization for the committee members. Agency staff prepares a report, including a matrix of responses submitted by the Vendors. This may include a technical review, if applicable.

2. Staff identifies any incomplete responses. The Director of Purchasing reviews the information and makes a recommendation to the Selection or Evaluation Committee as to each Vendor’s responsiveness to the requirements of the solicitation. The final determination of responsiveness rests solely on the decision of the committee.

3. At any time prior to award, the awarding authority may find that a Vendor is not responsible to receive a particular award. The awarding authority may consider the following factors, without limitation: debarment or removal from the authorized Vendors list or a final decree, declaration or order by a court or administrative hearing officer or tribunal of competent jurisdiction that the Vendor has breached or failed to perform a contract, claims history of the Vendor, performance history on a County contract(s), an unresolved concern, or any other cause under this code and Florida law for evaluating the responsibility of a Vendor.

S. Vendor Protest

Sections 21.118 and 21.120 of the Broward County Procurement Code set forth procedural requirements that apply if a Vendor intends to protest a solicitation or proposed award of a contract and state in part the following:

1. Any protest concerning the solicitation or other solicitation specifications or requirements must be made and received by the County within seven business days from the posting of the solicitation or addendum on the Purchasing Division’s website. Such protest must be made in writing to the Director of Purchasing. Failure to timely protest solicitation specifications or requirements is a waiver of the ability to protest the specifications or requirements.

2. Any protest concerning a solicitation or proposed award above the award authority of the Director of Purchasing, after the RLI or RFP opening, shall be submitted in writing and received by the Director of Purchasing within five business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

3. Any actual or prospective Vendor who has a substantial interest in and is aggrieved in connection with the proposed award of a contract that does not exceed the amount of the award authority of the Director of Purchasing, may protest to the Director of Purchasing. The protest shall be submitted in writing and received within three (3) business days from the posting of the recommendation of award for Invitation to Bids or the final recommendation of ranking for Request for Letters of Interest and Request for Proposals on the Purchasing Division's website.

4. For purposes of this section, a business day is defined as Monday through Friday between 8:30 a.m. and 5:00 p.m. Failure to timely file a protest within the time prescribed for a proposed contract award shall be a waiver of the Vendor's right to protest.

5. As a condition of initiating any protest, the protestor shall present the Director of Purchasing a nonrefundable filing fee in accordance with the table below.

Estimated Contract Amount Filing Fee $30,000 - $250,000 $ 500 $250,001 - $500,000 $1,000 $500,001 - $5 million $3,000 Over $5 million 5,000

If no contract proposal amount was submitted, the estimated contract amount shall be the County’s estimated contract price for the project. The County may accept cash, money order, certified check, or cashier’s check, payable to Broward County Board of Commissioners.

T. Right of Appeal

Pursuant to Section 21.83.d of the Broward County Procurement Code, any Vendor that has a substantial interest in the matter and is dissatisfied or aggrieved in connection with the Selection or Evaluation Committee’s determination of responsiveness may appeal the determination pursuant to Section 21.120 of the Broward County Procurement Code.

1. The appeal must be in writing and sent to the Director of Purchasing within ten (10) calendar days of the determination by the Selection or Evaluation Committee to be deemed timely.

2. As required by Section 21.120, the appeal must be accompanied by an appeal bond by a Vendor having standing to protest and must comply with all other requirements of this section.

3. The institution and filing of an appeal is an administrative remedy to be employed prior to the institution and filing of any civil action against the County concerning the subject matter of the appeal.

U. Rejection of Responses

The Selection or Evaluation Committee may recommend rejecting all submittals as in the best interests of the County. The rejection shall be made by the Director of Purchasing, except when a solicitation was approved by the Board, in which case the rejection shall be made by the Board.

V. Negotiations

The County intends to conduct the first negotiation meeting no later than two weeks after approval of the final ranking as recommended by the Selection or Evaluation Committee. At least one of the representatives for the Vendor participating in negotiations with the County must be authorized to bind the Vendor. In the event that the negotiations are not successful within a reasonable timeframe (notification will be provided to the Vendor) an impasse will be declared and negotiations with the first-ranked Vendor will cease. Negotiations will begin with the next ranked Vendor, etc. until such time that all requirements of Broward County Procurement Code have been met. In accordance with Section 286.0113 of the Florida Statutes and the direction of the Broward County Board of Commissioners, negotiations resulting from Selection or Evaluation Committee Meetings are closed. Only County staff and the selected vendor and their team will be present during negotiations.

W. Submittal Instructions:

1. Broward County does not require any personal information (as defined under Section 501.171, Florida Statutes), such as social security numbers, driver license numbers, passport, military ID, bank account or credit card numbers, or any personal pin numbers, in order to submit a response for ANY Broward County solicitation. DO NOT INCLUDE any personal information data in any document submitted to the County. If any personal information data is part of a submittal, this information must be redacted prior to submitting a response to the County.

2. Vendor MUST submit its solicitation response electronically and MUST confirm its submittal in order for the County to receive a valid response through BidSync. It is the Vendor’s sole responsibility to assure its response is submitted and received through BidSync by the date and time specified in the solicitation.

3. The County will not consider solicitation responses received by other means. Vendors are encouraged to submit their responses in advance of the due date and time specified in the solicitation document. In the event that the Vendor is having difficulty submitting the solicitation document through Bid Sync, immediately notify the Purchasing Agent and then contact BidSync for technical assistance.

4. Vendor must view, submit, and/or accept each of the documents in BidSync. Web-fillable forms can be filled out and submitted through BidSync.

5. After all documents are viewed, submitted, and/or accepted in BidSync, the Vendor must upload additional information requested by the solicitation (i.e. Evaluation Criteria and Financials Statements) in the Item Response Form in BidSync, under line one (regardless if pricing requested).

6. Vendor should upload responses to Evaluation Criteria in Microsoft Word or Excel format.

7. If the Vendor is declaring any material confidential and exempt from Public Records, refer to Confidential Material/ Public Records and Exemptions for instructions on submitting confidential material.

8. After all files are uploaded, Vendor must submit and CONFIRM its offer (by entering password) for offer to be received through BidSync.

9. If a solicitation requires an original Proposal Bond (per Special Instructions to Vendors), Vendor must submit in a sealed envelope, labeled with the solicitation number, title, date and the time of solicitation opening to:

Broward County Purchasing Division 115 South Andrews Avenue, Room 212 Fort Lauderdale, FL 33301 Broward County Board of PNC2116532P1 County Commissioners A copy of the Proposal Bond should also be uploaded into Bid Sync; this does not replace the requirement to have an original proposal bond. Vendors must submit the original Proposal Bond, by the solicitation due date and time.

6

7/2/2018 BidSync p. 177 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:BEA Architects, Inc.

2. Doing Business As/ Fictitious Name (if applicable):BEA Architects

3. Federal Employer I.D. no. (FEIN):65-1020158

4. Dun and Bradstreet No.:3075 NW S River Dr,

5. Website address (if applicable): www.beai.com

6. Principal place of business address: 3075 NW S River Drive Miami, FL 33142

7. Office location responsible for this project: 3075 NW South River Drive Miami, FL 33142

8. Telephone no.:3054612053 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In) FL

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Bruno Ramos, Principal in Charge b) Maritza Ramos, Partial Owner c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: BEA Marketing Title:

7/2/2018 E-mail: [email protected] BidSync p. 178 Telephone No.: 3054612053

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes  No N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Bruno Ramos Principal In Charge 6/12/2018 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: BEA Architects

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: BEA Architects, Inc.

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:BEA Architects, Inc.

2. Doing Business As/ Fictitious Name (if applicable):BEA Architects

3. Federal Employer I.D. no. (FEIN):65-1020158

4. Dun and Bradstreet No.:3075 NW S River Dr,

5. Website address (if applicable): www.beai.com

6. Principal place of business address: 3075 NW S River Drive Miami, FL 33142

7. Office location responsible for this project: 3075 NW South River Drive Miami, FL 33142

8. Telephone no.:3054612053 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In) FL

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Bruno Ramos, Principal in Charge b) Maritza Ramos, Partial Owner c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Broward County Board of PNC2116532P1 Name: BEA Marketing County Commissioners Title: E-mail: [email protected] Telephone No.: 3054612053

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes  No N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, 7/2/2018 and Assistants to the County Administrator andBidSync their respective support staff or any person, including p. 179 Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Bruno Ramos Principal In Charge 6/12/2018 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: BEA Architects

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: BEA Architects, Inc.

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:BEA Architects, Inc.

2. Doing Business As/ Fictitious Name (if applicable):BEA Architects

3. Federal Employer I.D. no. (FEIN):65-1020158

4. Dun and Bradstreet No.:3075 NW S River Dr,

5. Website address (if applicable): www.beai.com

6. Principal place of business address: 3075 NW S River Drive Miami, FL 33142

7. Office location responsible for this project: 3075 NW South River Drive Miami, FL 33142

8. Telephone no.:3054612053 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In) FL

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Bruno Ramos, Principal in Charge b) Maritza Ramos, Partial Owner c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: BEA Marketing Title: E-mail: [email protected] Telephone No.: 3054612053

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes  No N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of BrowardSilence County for this Board competitive of solicitation shall be in effect beginningPNC2116532P1 upon the appointment of the SelectionCounty or Evaluation Commissioners Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for 7/2/2018purposes hereof, to be in a position to influence this procurement.BidSync Failure of a Vendor to disclose any relationship p. 180 described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Bruno Ramos Principal In Charge 6/12/2018 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: BEA Architects

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: BEA Architects, Inc.

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:BEA Architects, Inc.

2. Doing Business As/ Fictitious Name (if applicable):BEA Architects

3. Federal Employer I.D. no. (FEIN):65-1020158

4. Dun and Bradstreet No.:3075 NW S River Dr,

5. Website address (if applicable): www.beai.com

6. Principal place of business address: 3075 NW S River Drive Miami, FL 33142

7. Office location responsible for this project: 3075 NW South River Drive Miami, FL 33142

8. Telephone no.:3054612053 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In) FL

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Bruno Ramos, Principal in Charge b) Maritza Ramos, Partial Owner c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: BEA Marketing Title: E-mail: [email protected] Telephone No.: 3054612053

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes  No N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, whoBroward is Countyin a position Board of to influence this procurement. Any BrowardPNC2116532P1 County officer or employee who has any input Countyinto the Commissioners writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List.

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Bruno Ramos Principal In Charge 6/12/2018 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: BEA Architects

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or 7/2/2018 BidSync p. 181 otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4 5 Supplier: BEA Architects, Inc.

VENDOR QUESTIONNAIRE AND STANDARD CERTIFICATIONS Request for Proposals, Request for Qualifications, or Request for Letters of Interest

Vendor should complete questionnaire and complete and acknowledge the standard certifications and submit with the solicitation response. If not submitted with solicitation response, it must be submitted within three business days of County's request. Failure to timely submit may affect Vendor's evaluation.

If a response requires additional information, the Vendor should upload a written detailed response with submittal; each response should be numbered to match the question number. The completed questionnaire and attached responses will become part of the procurement record. It is imperative that the person completing the Vendor Questionnaire be knowledgeable about the proposing Vendor's business and operations.

1. Legal business name:BEA Architects, Inc.

2. Doing Business As/ Fictitious Name (if applicable):BEA Architects

3. Federal Employer I.D. no. (FEIN):65-1020158

4. Dun and Bradstreet No.:3075 NW S River Dr,

5. Website address (if applicable): www.beai.com

6. Principal place of business address: 3075 NW S River Drive Miami, FL 33142

7. Office location responsible for this project: 3075 NW South River Drive Miami, FL 33142

8. Telephone no.:3054612053 Fax no.:

9. Type of business (check appropriate box):

 Corporation (specify the state of incorporation):FL Sole Proprietor

Limited Liability Company (LLC)

Limited Partnership

General Partnership (State and County Filed In) FL

Other - Specify

10. List Florida Department of State, Division of Corporations document number (or registration number if fictitious name):

11. List name and title of each principal, owner, officer, and major shareholder:

a) Bruno Ramos, Principal in Charge b) Maritza Ramos, Partial Owner c) d)

12. AUTHORIZED CONTACT(S) FOR YOUR FIRM:

Name: BEA Marketing Title: E-mail: [email protected] Telephone No.: 3054612053

Name: Title: E-mail: Telephone No.:

13. Has your firm, its principals, officers or predecessor organization(s) been debarred Yes  No or suspended by any government entity within the last three years? If yes, specify details in an attached written response. 14. Has your firm, its principals, officers or predecessor organization(s) ever been Yes  No debarred or suspended by any government entity? If yes, specify details in an attached written response, including the reinstatement date, if granted. 15. Has your firm ever failed to complete any services and/or delivery of products during Yes  No the last three (3) years? If yes, specify details in an attached written response. 16. Is your firm or any of its principals or officers currently principals or officers of Yes  No another organization? If yes, specify details in an attached written response.

17. Have any voluntary or involuntary bankruptcy petitions been filed by or against your Yes  No firm, its parent or subsidiaries or predecessor organizations during the last three years? If yes, specify details in an attached written response. 18. Has your firm's surety ever intervened to assist in the completion of a contract or Yes  No have Performance and/or Payment Bond claims been made to your firm or its predecessor's sureties during the last three years? If yes, specify details in an attached written response, including contact information for owner and surety. 19. Has your firm ever failed to complete any work awarded to you, services and/or Yes  No delivery of products during the last three (3) years? If yes, specify details in an attached written response.

20. Has your firm ever been terminated from a contract within the last three years? If Yes  No yes, specify details in an attached written response.

21. Living Wage solicitations only: In determining what, if any, fiscal impacts(s) are a result of the Ordinance for this solicitation, provide the following for informational purposes only. Response is not considered in determining the award of this contract. Living Wage had an effect on the pricing. Yes  No N/A If yes, Living Wage increased the pricing by% or decreased the pricing by%.

Cone of Silence Requirement Certification: The Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances prohibits certain communications among Vendors, Commissioners, County staff, and Selection or Evaluation Committee members. Identify on a separate sheet any violations of this Ordinance by any members of the responding firm or its joint ventures. After the application of the Cone of Silence, inquiries regarding this solicitation should be directed to the Director of Purchasing or designee. The Cone of Silence terminates when the County Commission or other awarding authority takes action which ends the solicitation.

The Vendor hereby certifies that: (check each box)

 The Vendor has read Cone of Silence Ordinance, Section 1-266, Broward County Code of Ordinances; and

 The Vendor understands that the Cone of Silence for this competitive solicitation shall be in effect beginning upon the appointment of the Selection or Evaluation Committee, for communication regarding this solicitation with the County Administrator, Deputy County Administrator, Assistant County Administrators, and Assistants to the County Administrator and their respective support staff or any person, including Evaluation or Selection Committee members, appointed to evaluate or recommend selection in this RFP/RLI process. For Communication with County Commissioners and Commission staff, the Cone of Silence allows communication until the initial Evaluation or Selection Committee Meeting.

 The Vendor agrees to comply with the requirements of the Cone of Silence Ordinance.

Drug-Free Workplace Requirements Certification: Section 21.31.a. of the Broward County Procurement Code requires awards of all competitive solicitations requiring Board award be made only to firms certifying the establishment of a drug free workplace program. The program must consist of:

1. Publishing a statement notifying its employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the offeror's workplace, and specifying the actions that will be taken against employees for violations of such prohibition;

2. Establishing a continuing drug-free awareness program to inform its employees about: a. The dangers of drug abuse in the workplace; b. The offeror's policy of maintaining a drug-free workplace; c. Any available drug counseling, rehabilitation, and employee assistance programs; and d. The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

3. Giving all employees engaged in performance of the contract a copy of the statement required by subparagraph 1;

4. Notifying all employees, in writing, of the statement required by subparagraph 1, that as a condition of employment on a covered contract, the employee shall: a. Abide by the terms of the statement; and b. Notify the employer in writing of the employee's conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United States or of any state, for a violation occurring in the workplace NO later than five days after such conviction.

5. Notifying Broward County government in writing within 10 calendar days after receiving notice under subdivision 4.b above, from an employee or otherwise receiving actual notice of such conviction. The notice shall include the position title of the employee;

6. Within 30 calendar days after receiving notice under subparagraph 4 of a conviction, taking one of the following actions with respect to an employee who is convicted of a drug abuse violation occurring in the workplace: a. Taking appropriate personnel action against such employee, up to and including termination; or b. Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency; and

7. Making a good faith effort to maintain a drug-free workplace program through implementation of subparagraphs 1 through 6.

The Vendor hereby certifies that: (check box)

 The Vendor certifies that it has established a drug free workplace program in accordance with the above requirements.

Non-Collusion Certification: Vendor shall disclose, to their best knowledge, any Broward County officer or employee, or any relative of any such officer or employee as defined in Section 112.3135 (1) (c), Florida Statutes, who is an officer or director of, or has a material interest in, the Vendor's business, who is in a position to influence this procurement. Any Broward County officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. Failure of a Vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the Broward County Procurement Code.

The Vendor hereby certifies that: (select one)

 The Vendor certifies that this offer is made independently and free from collusion; or

The Vendor is disclosing names of officers or employees who have a material interest in this procurement and is in a position to influence this procurement. Vendor must include a list of name(s), and relationship(s) with its submittal.

Public Entities Crimes Certification: In accordance with Public Entity Crimes, Section 287.133, Florida Statutes, a person or affiliate placed on the convicted vendor list following a conviction for a public entity crime may not submit on a contract: to provide any goods or services; for construction or repair of a public building or public work; for leases of real property to a public entity; and may not be awarded or perform work as a contractor, 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 s. 287.017 for Category Two for a period of 36 months following the date of being placed on the convicted vendor list. The Vendor hereby certifies that: (check box)

 The Vendor certifies that no person or affiliates of the Vendor are currently on the convicted vendor list and/or has not been found to commit a public entity crime, as described in the statutes.

Scrutinized Companies List Certification: Any company, principals, or owners on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List is prohibited from submitting a response to a solicitation for goods or services in an amount equal to or greater than $1 million. The Vendor hereby certifies that: (check each box)

 The Vendor, owners, or principals are aware of the requirements of Sections 287.135, 215.473, and 215.4275, Florida Statutes, regarding Companies on the Scrutinized Companies with Activities in Sudan List the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 The Vendor, owners, or principals, are eligible to participate in this solicitation and are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List; and

 If awarded the Contract, the Vendor, owners, or principals will immediately notify the County in writing if any of its principals are placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran PetroleumBroward County Energy Board Sectorof List, or the Scrutinized CompaniesPNC2116532P1 that Boycott Israel List. County Commissioners

I hereby certify the information provided in the Vendor Questionnaire and Standard Certifications:

Bruno Ramos Principal In Charge 6/12/2018 *AUTHORIZED SIGNATURE/NAME TITLE DATE

Vendor Name: BEA Architects

* I certify that I am authorized to sign this solicitation response on behalf of the Vendor as indicated in Certificate as to Corporate Principal, designation letter by Director/Corporate Officer, or other business authorization to bind on behalf of the Vendor. As the Vendor's authorized representative, I attest that any and all statements, oral, written or otherwise, made in support of the Vendor's response, are accurate, true and correct. I also acknowledge that inaccurate, untruthful, or incorrect statements made in support of the Vendor's response may be used by the County as a basis for rejection, rescission of the award, or termination of the contract and may also serve as the basis for debarment of Vendor pursuant to Section 21.119 of the Broward County Procurement Code. I certify that the Vendor's response is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a response for the same items/services, and is in all respects fair and without collusion or fraud. I also certify that the Vendor agrees to abide by all terms and conditions of this solicitation, acknowledge and accept all of the solicitation pages as well as any special instructions sheet(s). 6 3 4

7/2/2018 BidSync p. 182 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

LOBBYIST REGISTRATION REQUIREMENT CERTIFICATION FORM

The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

The Vendor certifies that it understands if it has retained a lobbyist(s) to lobby in connection with a competitive solicitation, it shall be deemed non-responsive unless the firm, in responding to the competitive solicitation, certifies that each lobbyist retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances; and it understands that if, after awarding a contract in connection with the solicitation, the County learns that the certification was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis, exercise any contractual right to terminate the contract for convenience.

The Vendor hereby certifies that: (select one)

 It has not retained a lobbyist(s) to lobby in connection with this competitive solicitation; however, if retained after the solicitation, the County will be notified.

It has retained a lobbyist(s) to lobby in connection with this competitive solicitation and certified that each lobbyist retained has timely filed the registration or amended registration required under Broward County Lobbyist Registration Act, Section 1-262, Broward County Code of Ordinances.

It is a requirement of this solicitation that the names of any and all lobbyists retained to lobby in connection with this solicitation be listed below:

Name of Lobbyist: Lobbyist’s Firm: Phone: E-mail:

Name of Lobbyist: Lobbyist’s Firm: Phone: E-mail:

Authorized Signature/Name: Bruno-Elias Ramos, AIA, GC, NCARB, LEED AP Date: 7-10-2017

Title: President

Vendor Name: BEA Architects, Inc.

6

7/2/2018 BidSync p. 183 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

DOMESTIC PARTNERSHIP ACT CERTIFICATION FORM (REQUIREMENT AND TIEBREAKER)

Refer to Special Instructions to identify if Domestic Partnership Act is a requirement of the solicitation or acts only as a tiebreaker. If Domestic Partnership is a requirement of the solicitation, the completed and signed form should be returned with the Vendor’s submittal. If the form is not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. To qualify for the Domestic Partnership tiebreaker criterion, the Vendor must currently offer the Domestic Partnership benefit and the completed and signed form must be returned at time of solicitation submittal.

The Domestic Partnership Act, Section 16 ½ -157, Broward County Code of Ordinances, requires all Vendors contracting with the County, in an amount over $100,000 provide benefits to Domestic Partners of its employees, on the same basis as it provides benefits to employees’ spouses, with certain exceptions as provided by the Ordinance.

For all submittals over $100,000.00, the Vendor, by virtue of the signature below, certifies that it is aware of the requirements of Broward County’s Domestic Partnership Act, Section 16-½ -157, Broward County Code of Ordinances; and certifies the following: (check only one below).

 1. The Vendor currently complies with the requirements of the County’s Domestic Partnership Act and provides benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses 2. The Vendor will comply with the requirements of the County’s Domestic Partnership Act at time of contract award and provide benefits to Domestic Partners of its employees on the same basis as it provides benefits to employees’ spouses. 3. The Vendor will not comply with the requirements of the County’s Domestic Partnership Act at time of award. 4. The Vendor does not need to comply with the requirements of the County’s Domestic Partnership Act at time of award because the following exception(s) applies: (check only one below).

The Vendor is a governmental entity, not-for-profit corporation, or charitable organization. The Vendor is a religious organization, association, society, or non-profit charitable or educational institution. The Vendor provides an employee the cash equivalent of benefits. (Attach an affidavit in compliance with the Act stating the efforts taken to provide such benefits and the amount of the cash equivalent). The Vendor cannot comply with the provisions of the Domestic Partnership Act because it would violate the laws, rules or regulations of federal or state law or would violate or be inconsistent with the terms or conditions of a grant or contract with the United States or State of Florida. Indicate the law, statute or regulation (State the law, statute or regulation and attach explanation of its applicability).

Bruno-Elias Ramos, AIA, GC, President BEA Architects, Inc. beamarketing NCARB, LEED AP Authorized Signature/Name Title Vendor Name Date

6

7/2/2018 BidSync p. 184 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

Office of Economic and Small Business Requirements: CBE Goal Participation A. In accordance with the Broward County Business Opportunity Act of 2012, Section 1-81, Code of Ordinances, as amended (the “Business Opportunity Act”), the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation are required to utilize CBE firms to perform the assigned participation goal for this contract. B. The CBE participation goal will be established based on the expected expenditure amount for the proposed scope of services for the project. The Office of Economic and Small Business Development (OESBD) will not include alternate items, optional services or allowances when establishing the CBE participation goal. If the County subsequently chooses to award any alternate items, optional services or allowances as determined by OESBD and the Contract Administrator to be related to the scope of services, OESBD may apply the established CBE participation goal. In such an instance, the County will issue a written notice to the successful Vendor that the CBE participation goal will also apply to the alternate items, optional services or allowances. Vendor shall submit all required forms pertaining to its compliance with the CBE participation goal, as applicable. Failure by Vendor to submit the required forms may result in the rejection of Vendor’s solicitation submittal prior to the award or failure to comply with the contract requirements may have an impact on the vendor performance evaluation post award, as applicable. C. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; Vendor should submit all required forms and information with its solicitation submittal. If the required forms and information are not provided with the Vendor’s solicitation submittal, then Vendor must supply the required forms and information no later than three (3) business days after request by OESBD. Vendor may be deemed non-responsible for failure to fully comply with CBE Program Requirements within these stated timeframes. 1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier for each CBE firm the Vendor intends to use to achieve the assigned CBE participation goal. The form is available at the following link: http://www.broward.org/EconDev/Documents/CBELetterOfIntent.pdf 2. If Vendor is unable to attain the CBE participation goal, Vendor should include in its solicitation submittal an Application for Evaluation of Good Faith Efforts and all of the required supporting information. The form is available at the following link: http://www.broward.org/EconDev/WhatWeDo/Documents/GoodFaithEffortEval.pdf D. OESBD maintains an online directory of CBE firms. The online directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx. E. For detailed information regarding the CBE Program contact the OESBD at (954) 357-6400 or visit the website at: http://www.broward.org/EconDev/SmallBusiness/ F. If awarded the contract, Vendor agrees to and shall comply with all applicable requirements of the Business Opportunity Act and the CBE Program in the award and administration of the contract. 1. No party to this contract may discriminate on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, 7/2/2018 pregnancy, or gender identity and expressionBidSync in the performance of this contract. p. 185 2. All entities that seek to conduct business with the County, including Vendor or any Prime Contractors, Subcontractors, and Bidders, shall conduct such business activities in a fair and reasonable manner, free from fraud, coercion, collusion, intimidation, or bad faith. Failure to do so may result in the cancellation of this solicitation, cessation of contract negotiations, revocation of CBE certification, and suspension or debarment from future contracts. 3. If Vendor fails to meet or make Good Faith Efforts (as defined in the Business Opportunity Act) to meet the CBE participation commitment (the “Commitment”), then Vendor shall pay the County liquidated damages in an amount equal to fifty percent (50%) of the actual dollar amount by which Vendor failed to achieve the Commitment, up to a maximum amount of ten percent (10%) of the total contract amount, excluding costs and reimbursable expenses. An example of this calculation is stated in Section 1-81.7, Broward County Code of Ordinances. 4. Vendor shall comply with all applicable requirements of the Business Opportunity Act in the award of this contract. Failure by Vendor to carry out any of these requirements shall constitute a material breach of the contract, which shall permit the County to terminate this contract or to exercise any other remedy provided under this contract, the Broward County Code of Ordinances, the Broward County Administrative Code, or other applicable laws, with all such remedies being cumulative. 5. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from the County, for all completed subcontracted work and supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from the County. 6. Vendor understands that the County will monitor Vendor’s compliance with the CBE Program requirements. Vendor must provide OESBD with a Monthly Utilization Report (MUR) to confirm its compliance with the Commitment agreed to in the contract; timely submission of the MUR every month throughout the term of the contract, including amendment and extension terms, is a condition precedent to the County’s payment of Vendor under the contract.

6 5 Supplier: BEA Architects, Inc.

Office of Economic and Small Business Requirements: CBE Goal Participation A. In accordance with the Broward County Business Opportunity Act of 2012, Section 1-81, Code of Ordinances, as amended (the “Business Opportunity Act”), the County Business Enterprise (CBE) Program is applicable to this contract. All Vendors responding to this solicitation are required to utilize CBE firms to perform the assigned participation goal for this contract. B. The CBE participation goal will be established based on the expected expenditure amount for the proposed scope of services for the project. The Office of Economic and Small Business Development (OESBD) will not include alternate items, optional services or allowances when establishing the CBE participation goal. If the County subsequently chooses to award any alternate items, optional services or allowances as determined by OESBD and the Contract Administrator to be related to the scope of services, OESBD may apply the established CBE participation goal. In such an instance, the County will issue a written notice to the successful Vendor that the CBE participation goal will also apply to the alternate items, optional services or allowances. Vendor shall submit all required forms pertaining to its compliance with the CBE participation goal, as applicable. Failure by Vendor to submit the required forms may result in the rejection of Vendor’s solicitation submittal prior to the award or failure to comply with the contract requirements may have an impact on the vendor performance evaluation post award, as applicable. C. CBE Program Requirements: Compliance with CBE participation goal requirements is a matter of responsibility; Vendor should submit all required forms and information with its solicitation submittal. If the required forms and information are not provided with the Vendor’s solicitation submittal, then Vendor must supply the required forms and information no later than three (3) business days after request by OESBD. Vendor may be deemed non-responsible for failure to fully comply with CBE Program Requirements within these stated timeframes. 1. Vendor should include in its solicitation submittal a Letter Of Intent Between Bidder/Offeror and County Business Enterprise (CBE) Subcontractor/Supplier for each CBE firm the Vendor intends to use to achieve the assigned CBE participation goal. The form is available at the following link: http://www.broward.org/EconDev/Documents/CBELetterOfIntent.pdf 2. If Vendor is unable to attain the CBE participation goal, Vendor should include in its solicitation submittal an Application for Evaluation of Good Faith Efforts and all of the required supporting information. The form is available at the following link: http://www.broward.org/EconDev/WhatWeDo/Documents/GoodFaithEffortEval.pdf D. OESBD maintains an online directory of CBE firms. The online directory is available for use by Vendors at https://webapps4.broward.org/smallbusiness/sbdirectory.aspx. E. For detailed information regarding the CBE Program contact the OESBD at (954) 357-6400 or visit the website at: http://www.broward.org/EconDev/SmallBusiness/ F. If awarded the contract, Vendor agrees to and shall comply with all applicable requirements of the Business Opportunity Act and the CBE Program in the award and administration of the contract. Broward County Board of PNC2116532P1 1. No party to this contract may discriminateCounty Commissioners on the basis of race, color, sex, religion, national origin, disability, age, marital status, political affiliation, sexual orientation, pregnancy, or gender identity and expression in the performance of this contract. 2. All entities that seek to conduct business with the County, including Vendor or any Prime Contractors, Subcontractors, and Bidders, shall conduct such business activities in a fair and reasonable manner, free from fraud, coercion, collusion, intimidation, or bad faith. Failure to do so may result in the cancellation of this solicitation, cessation of contract negotiations, revocation of CBE certification, and suspension or debarment from future contracts. 3. If Vendor fails to meet or make Good Faith Efforts (as defined in the Business Opportunity Act) to meet the CBE participation commitment (the “Commitment”), then Vendor shall pay the County liquidated damages in an amount equal to fifty percent (50%) of the actual dollar amount by which Vendor failed to achieve the Commitment, up to a maximum amount of ten percent (10%) of the total contract amount, excluding costs and reimbursable expenses. An example of this calculation is stated in Section 1-81.7, Broward County Code of Ordinances. 4. Vendor shall comply with all applicable requirements of the Business Opportunity Act in the award of this contract. Failure by Vendor to carry out any of these requirements shall constitute a material breach of the contract, which shall permit the County to terminate this contract or to exercise any other remedy provided under this contract, the Broward County Code of Ordinances, the Broward County Administrative Code, or other applicable laws, with all such remedies being cumulative. 5. Vendor shall pay its CBE subcontractors and suppliers, within fifteen (15) days following receipt of payment from the County, for all completed subcontracted work and supplies. If Vendor withholds an amount from CBE subcontractors or suppliers as retainage, such retainage shall be released and paid within fifteen (15) days following receipt of payment of retained amounts from the County. 6. Vendor understands that the County will monitor Vendor’s compliance with the CBE Program requirements. Vendor must provide OESBD with a Monthly Utilization Report (MUR) to confirm its compliance with the Commitment agreed to in the contract; timely submission of the MUR every month throughout the term of the contract, including amendment and extension terms, is a condition precedent to the County’s payment of Vendor under the contract.

6

7/2/2018 BidSync p. 186 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

LITIGATION HISTORY FORM

The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes.

 There are no material cases for this Vendor; or Material Case(s) are disclosed below:

Is this for a: (check type) If Yes, name of Parent/Subsidiary/Predecessor: Parent, Subsidiary, or Or No Predecessor Firm? Party Case Number, Name, and Date Filed Name of Court or other tribunal Type of Case Bankruptcy Civil Criminal Administrative/Regulatory Claim or Cause of Action and Brief description of each Count Brief description of the Subject Matter and Project Involved Disposition of Case Pending Settled Dismissed (Attach copy of any applicable Judgment, Judgment Vendor’s Favor Judgment Against Vendor Settlement Agreement and Satisfaction of Judgment.) If Judgment Against, is Judgment Satisfied? Yes No Opposing Counsel Name: Email: Telephone Number:

Vendor Name: BEA Architects

6

7/2/2018 BidSync p. 187 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting information may affect the Vendor’s evaluation. Provided information is subject to verification by the County.

A Vendor’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center’ and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor’s principal place of business in Broward County shall be the Vendor’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation’s due date.

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor’s “Principal Address” listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation’s opening date; 4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intent of the Vendor to remain at the referenced address for the duration of the contract term, including any renewals, extensions or any approved interim contracts for the services provided under this contract; and 7/2/2018 BidSync p. 188 6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnership b. Percentage of Equity for all Joint Venture Partners c. A copy of the executed Agreement(s) between the Joint Venture Partners

 Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name: BEA Architects, Inc.

Vendor’s address listed in its submittal is:

3075 NW South River Drive Miami, Florida 33142

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Bruno-Elias Ramos, AIA, President BEA Architects, Inc. 7-10-2017 GC, NCARB, LEED AP Authorized Title Vendor Name Date Signature/Name

6 5 Supplier: BEA Architects, Inc.

RFP-RFQ-RLI LOCATION ATTESTATION FORM (EVALUATION CRITERIA)

The completed and signed form and supporting information (if applicable, for Joint Ventures) should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting information may affect the Vendor’s evaluation. Provided information is subject to verification by the County.

A Vendor’s principal place of business location (also known as the nerve center) within Broward County is considered in accordance with Evaluation Criteria. The County’s definition of a principal place of business is:

1. As defined by the Broward County Local Preference Ordinance, “Principal place of business means the nerve center or center of overall direction, control and coordination of the activities of the bidder [Vendor]. If the bidder has only one (1) business location, such business location shall be considered its principal place of business.”

2. A principal place of business refers to the place where a corporation's officers direct, control, and coordinate the corporation's day-to-day activities. It is the corporation's ‘nerve center’ and in practice it should normally be the place where the corporation maintains its headquarters; provided that the headquarters is the actual center of direction, control, and coordination, i.e., the ‘nerve center’, and not simply an office where the corporation holds its board meetings (for example, attended by directors and officers who have traveled there for the occasion).

The Vendor’s principal place of business in Broward County shall be the Vendor’s “Principal Address” as indicated with the Florida Department of State Division of Corporations, for at least six months prior to the solicitation’s due date.

Check one of the following:

The Vendor certifies that it has a principal place of business location (also known as the nerve center) within Broward County, as documented in Florida Department of State Division of Corporations (Sunbiz), and attests to the following statements:

1. Vendor’s address listed in its submittal is its principal place of business as defined by Broward County;

2. Vendor’s “Principal Address” listed with the Florida Department of State Division of Corporations is the same as the address listed in its submittal and the address was listed for at least six months prior to the solicitation’s opening date. A copy of Florida Department of State Division of Corporations (Sunbiz) is attached as verification.

3. Vendor must be located at the listed “nerve center” address (“Principal Address”) for at least six (6) months prior to the solicitation’s opening date; 4. Vendor has not merged with another firm within the last six months that is not headquartered in Broward County and is not a wholly owned subsidiary or a holding company of another firm that is not headquartered in Broward County;

5. If awarded a contract, it is the intentBroward of the County Vendor Board to of remain at the referenced address for PNC2116532P1 the duration of the contract term, Countyincluding Commissioners any renewals, extensions or any approved interim contracts for the services provided under this contract; and

6. The Vendor understands that if after contract award, the County learns that the attestation was erroneous, and upon investigation determines that the error was willful or intentional on the part of the Vendor, the County may, on that basis exercise any contractual right to terminate the contract. Further any misleading, inaccurate, false information or documentation submitted by any party affiliated with this procurement may lead to suspension and/or debarment from doing business with Broward County as outlined in the Procurement Code, Section 21.119.

If the Vendor is submitting a response as a Joint Venture, the following information is required to be submitted:

a. Name of the Joint Venture Partnership b. Percentage of Equity for all Joint Venture Partners c. A copy of the executed Agreement(s) between the Joint Venture Partners

 Vendor does not have a principal place of business location (also known as the nerve center) within Broward County.

Vendor Information:

Vendor Name: BEA Architects, Inc.

Vendor’s address listed in its submittal is:

3075 NW South River Drive Miami, Florida 33142

The signature below must be by an individual authorized to bind the Vendor. The signature below is an attestation that all information listed above and provided to Broward County is true and accurate.

Bruno-Elias Ramos, AIA, President BEA Architects, Inc. 7-10-2017 GC, NCARB, LEED AP Authorized Title Vendor Name Date Signature/Name

6

7/2/2018 BidSync p. 189 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

AFFILIATED ENTITIES OF THE PRINCIPAL(S) CERTIFICATION FORM The completed form should be submitted with the solicitation response but must be submitted within three business days of County’s request. Vendor may be deemed non-responsive for failure to fully comply within stated timeframes. a. All Vendors are required to disclose the names and addresses of “affiliated entities” of the Vendor’s principal(s) over the last five (5) years (from the solicitation opening deadline) that have acted as a prime Vendor with the County. b. The County will review all affiliated entities of the Vendor’s principal(s) for contract performance evaluations and the compliance history with the County’s Small Business Program, including CBE, DBE and SBE goal attainment requirements. “Affiliated entities” of the principal(s) are those entities related to the Vendor by the sharing of stock or other means of control, including but not limited to a subsidiary, parent or sibling entity. c. The County will consider the contract performance evaluations and the compliance history of the affiliated entities of the Vendor's principals in its review and determination of responsibility. The Vendor hereby certifies that: (select one)

 No principal of the proposing Vendor has prior affiliations that meet the criteria defined as “Affiliated entities”

Principal(s) listed below have prior affiliations that meet the criteria defined as “Affiliated entities”

Principal’s Name: Names of Affiliated Entities: Principal’s Name: Names of Affiliated Entities: Principal’s Name: Names of Affiliated Entities:

Authorized Signature Name: Bruno-Elias Ramos, AIA, GC, NCARB, LEED AP

Title: President

Vendor Name: BEA Architects, Inc.

Date: 7-10-2017

6

7/2/2018 BidSync p. 190 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

AGREEMENT EXCEPTION FORM

The completed form(s) should be returned with the Vendor’s submittal. If not provided with submittal, it shall be deemed an affirmation by the Vendor that it accepts the terms and conditions of the County’s Agreement as disclosed in the solicitation.

The Vendor must either provide specific proposed alternative language on the form below. Additionally, a brief justification specifically addressing each provision to which an exception is taken should be provided.

 There are no exceptions to the terms and conditions of the County Agreement as referenced in the solicitation; or

The following exceptions are disclosed below: (use additional forms as needed; separate each Article/ Section number)

Term or Insert version of exception or Provide brief justification for Condition specific proposed alternative change Article / Section language

Vendor Name: BEA Architects, Inc.

6

7/2/2018 BidSync p. 191 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

RFP-RLI-RFQ LOCAL PREFERENCE AND TIE BREAKER CERTIFICATION FORM

The completed and signed form should be returned with the Vendor’s submittal to determine Local Preference eligibility, however it must be returned at time of solicitation submittal to qualify for the Tie Break criteria. If not provided with submittal, the Vendor must submit within three business days of County’s request for evaluation of Local Preference. Proof of a local business tax should be submitted with this form. Failure to timely submit this form or local business tax receipt may render the business ineligible for application of the Local Preference or Tie Break Criteria.

In accordance with Section 21.31.d. of the Broward County Procurement Code, to qualify for the Tie Break Criteria, the undersigned Vendor hereby certifies that (check box if applicable): The Vendor is a local Vendor in Broward County and: a. has a valid Broward County local business tax receipt; b. has been in existence for at least six-months prior to the solicitation opening; c. at a business address physically located within Broward County; d. in an area zoned for such business; e. provides services from this location on a day-to-day basis, and f. services provided from this location are a substantial component of the services offered in the Vendor's proposal. In accordance with Local Preference, Section 1-74, et. seq., Broward County Code of Ordinances, a local business meeting the below requirements is eligible for Local Preference. To qualify for the Local Preference, the undersigned Vendor hereby certifies that (check box if applicable): The Vendor is a local Vendor in Broward and: a. has a valid Broward County local business tax receipt issued at least one year prior to solicitation opening; b. has been in existence for at least one-year prior to the solicitation opening; c. provides services on a day-to-day basis, at a business address physically located within the Broward County limits in an area zoned for such business; and d. the services provided from this location are a substantial component of the services offered in the Vendor's proposal. Local Business Address: Vendor does not qualify for Tie Break Criteria or Local Preference, in accordance with the above requirements. The undersigned Vendor hereby certifies that (check box if applicable): The Vendor is not a local Vendor in Broward County. Bruno Ramos President BEA Architects 6/12/2018 AUTHORIZED TITLE COMPANY DATE SIGNATURE/NAME

6

7/2/2018 BidSync p. 192 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

SUBCONTRACTORS/SUBCONSULTANTS/SUPPLIERS REQUIREMENT FORM Request for Proposals, Request for Qualifications, or Request for Letters of Interest

The following forms and supporting information (if applicable) should be returned with Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit may affect Vendor’s evaluation.

A. The Vendor shall submit a listing of all subcontractors, subconsultants and major material suppliers (firms), if any, and the portion of the contract they will perform. A major material supplier is considered any firm that provides construction material for construction contracts, or commodities for service contracts in excess of $50,000, to the Vendor. B. If participation goals apply to the contract, only non-certified firms shall be identified on the form. A non-certified firm is a firm that is not listed as a firm for attainment of participation goals (ex. County Business Enterprise or Disadvantaged Business Enterprise), if applicable to the solicitation. C. This list shall be kept up-to-date for the duration of the contract. If subcontractors, subconsultants or suppliers are stated, this does not relieve the Vendor from the prime responsibility of full and complete satisfactory performance under any awarded contract.

D. After completion of the contract/final payment, the Vendor shall certify the final list of non- certified subcontractors, subconsultants, and suppliers that performed or provided services to the County for the referenced contract.

E. The Vendor has confirmed that none of the recommended subcontractors, subconsultants, or suppliers’ principal(s), officer(s), affiliate(s) or any other related companies have been debarred from doing business with Broward County or any other governmental agency. If none, state “none” on this form. Use additional sheets as needed. Vendor should scan and upload any additional form(s) in BidSync.

1. Subcontracted Firm’s Name: The Spinnaker Group

Subcontracted Firm’s Address: 3236 Huntington, Weston, FL 33332

Subcontracted Firm’s Telephone Number: 954-347-0967

Contact Person’s Name and Position: Rob Hink, Principal Contact Person’s E-Mail Address: [email protected]

Estimated Subcontract/Supplies Contract Amount: 20%

Type of Work/Supplies Provided: LEED Consulting, Building Commissioning, & Energy Modeling

2. Subcontracted Firm’s Name: Keith and Associates, Inc.

Subcontracted Firm’s Address: 301 East Atlantic Blvd., Pompano Beach, FL 33060

Subcontracted Firm’s Telephone Number: 954-788-3400

Contact Person’s Name and Position: Stephen Williams, PE, Vice President of Civil Engineering

Contact Person’s E-Mail Address: [email protected] 6 3 4

7/2/2018 BidSync p. 193 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

VOLUME OF PREVIOUS WORK ATTESTATION FORM The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the Vendor’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Solicitation/ Item Project Title Department Date Paid to Date Contract No. or Division Awarded Dollar Number: Amount 1 A/E Services for RFP No. Seaport 06-24- $669,114.03 Southport Phase IX-B R1171027P1 Engineering 2014 2 A/E Services for RFP No. Seaport 05-14- $27,582.23 Northport Parking X1159616P1 Engineering 2015 Garage Repairs 3 A/E Services for RFP No. Seaport 07-01- $43,500.00 McIntosh Road X1159616P1 Engineering 2015 Driveway/Intersection 4 A/E Services for RFP No. Seaport 07-23- $34,040.79 Midport Cathodic X1159616P1 Engineering 2015 Protection Improvements 5 A/E Services for Eller RFP No. Seaport 12-16- $39,517.76 Drive Bridge X1159616P1 Engineering 2016 Improvements Grand Total $813,754.81

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County? Yes No  If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

7/2/2018 BidSync p. 194 Vendor Name: BEA Architects, Inc.

Bruno-Elias Ramos, AIA, GC, President 07-10-2017 NCARB, LEED AP Authorized Signature/ Name Title Date

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Solicitation/ Paid to Department Item Contract Date JV Date Project Title or Division No. Number: Awarded Equity % Dollar Amount 1 2 3 4 5 Grand Total N/A

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name: N/A

N/A N/A N/A Authorized Signature/ Name Title Date

6 5 Supplier: BEA Architects, Inc.

VOLUME OF PREVIOUS WORK ATTESTATION FORM The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the Vendor’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Solicitation/ Item Project Title Department Date Paid to Date Contract No. or Division Awarded Dollar Number: Amount 1 A/E Services for RFP No. Seaport 06-24- $669,114.03 Southport Phase IX-B R1171027P1 Engineering 2014 2 A/E Services for RFP No. Seaport 05-14- $27,582.23 Northport Parking X1159616P1 Engineering 2015 Garage Repairs 3 A/E Services for RFP No. Seaport 07-01- $43,500.00 McIntosh Road X1159616P1 Engineering 2015 Driveway/Intersection 4 A/E Services for RFP No. Seaport 07-23- $34,040.79 Midport Cathodic X1159616P1 Engineering 2015 Protection Improvements 5 A/E Services for Eller RFP No. Seaport 12-16- $39,517.76 Drive Bridge X1159616P1 Engineering 2016 Improvements Grand Total $813,754.81

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County? Yes No  If Yes, Vendor must submit a Joint Vendor VolumeBroward County of Work Board ofAttestation Form. PNC2116532P1 County Commissioners

Vendor Name: BEA Architects, Inc.

Bruno-Elias Ramos, AIA, GC, President 07-10-2017 NCARB, LEED AP Authorized Signature/ Name Title Date

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Solicitation/ Paid to Department Item Contract Date JV Date Project Title or Division No. Number: Awarded Equity % Dollar Amount 1 2 3 4 5 Grand Total N/A

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name: N/A

N/A N/A N/A Authorized Signature/ Name Title Date

7/2/2018 BidSync p. 195 6 5 Supplier: BEA Architects, Inc.

VOLUME OF PREVIOUS WORK ATTESTATION FORM The completed and signed form should be returned with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to provide timely may affect the Vendor’s evaluation. This completed form must be included with the Vendor’s submittal at the time of the opening deadline to be considered for a Tie Breaker criterion (if applicable).

The calculation for Volume of Previous Work is all amounts paid to the prime Vendor by Broward County Board of County Commissioners at the time of the solicitation opening date within a five-year timeframe. The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm.

In accordance with Section 21.31.d. of the Broward County Procurement Code, the Vendor with the lowest dollar volume of work previously paid by the County over a five-year period from the date of the submittal opening will receive the Tie Breaker.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years. If the Vendor is submitting as a joint venture, the information provided should encompass the joint venture and each of the entities forming the joint venture. The Vendor attests to the following:

Solicitation/ Item Project Title Department Date Paid to Date Contract No. or Division Awarded Dollar Number: Amount 1 A/E Services for RFP No. Seaport 06-24- $669,114.03 Southport Phase IX-B R1171027P1 Engineering 2014 2 A/E Services for RFP No. Seaport 05-14- $27,582.23 Northport Parking X1159616P1 Engineering 2015 Garage Repairs 3 A/E Services for RFP No. Seaport 07-01- $43,500.00 McIntosh Road X1159616P1 Engineering 2015 Driveway/Intersection 4 A/E Services for RFP No. Seaport 07-23- $34,040.79 Midport Cathodic X1159616P1 Engineering 2015 Protection Improvements 5 A/E Services for Eller RFP No. Seaport 12-16- $39,517.76 Drive Bridge X1159616P1 Engineering 2016 Improvements Grand Total $813,754.81

Has the Vendor been a member/partner of a Joint Venture firm that was awarded a contract by the County? Yes No  If Yes, Vendor must submit a Joint Vendor Volume of Work Attestation Form.

Vendor Name: BEA Architects, Inc.

Bruno-Elias Ramos, AIA, GC, President 07-10-2017 NCARB, LEED AP Authorized Signature/ Name Title Broward County Board of Date PNC2116532P1 County Commissioners

VOLUME OF PREVIOUS WORK ATTESTATION JOINT VENTURE FORM

If applicable, this form and additional required documentation should be submitted with the Vendor’s submittal. If not provided with submittal, the Vendor must submit within three business days of County’s request. Failure to timely submit this form and supporting documentation may affect the Vendor’s evaluation.

The calculation of Volume of Previous Work for a prime Vendor previously awarded a contract as a member of a Joint Venture firm is based on the actual equity ownership of the Joint Venture firm. Volume of Previous Work is not based on the total payments to the Joint Venture firm.

Vendor must list all projects it received payment from Broward County Board of County Commissioners during the past five years as a member of a Joint Venture. The Vendor attests to the following:

Solicitation/ Paid to Department Item Contract Date JV Date Project Title or Division No. Number: Awarded Equity % Dollar Amount 1 2 3 4 5 Grand Total N/A

Vendor is required to submit an executed Joint Venture agreement(s) and any amendments for each project listed above. Each agreement must be executed prior to the opening date of this solicitation.

Vendor Name: N/A

N/A N/A N/A Authorized Signature/ Name Title Date

6

7/2/2018 BidSync p. 196 Broward County Board of PNC2116532P1 County Commissioners 5 Supplier: BEA Architects, Inc.

Security Requirements – Port Everglades

A. The Port Everglades Department requires persons to present, at port entry, a valid driver's license, and valid reason for wishing to be granted port access in order to obtain a temporary/visitor ID badge. For persons who will visit the Port more than 15 times in a 90 day period, a permanent identification badge must be obtained and paid for by the contractor for all employees, subcontractors, agents and servants visiting or working on the port project. A restricted access badge application process will include fingerprints and a comprehensive background check. Badges must be renewed annually and the fees paid pursuant to Broward County Administrative Code, Section 42.6. For further information, please call 954-765-4225.

B. All vehicles that are used regularly on the dock apron must have a Dockside Parking Permit. Only a limited number of permits will be issued per business entity. The fee is $100.00 per permit/vehicle. Individuals requesting a permit must possess a valid Port- issued Restricted Access Area badge with a "Dock" destination. Requests for Dockside Parking Permits must be submitted in writing, on company letterhead, to the ID Badge Office. Applicants must demonstrate a need for access to the dock apron. Requests shall be investigated, and approved, if appropriate justification is provided. Supporting documentation must be supplied, if requested. Dock permits are not transferable and must be affixed to the lower left corner of the permitted vehicle's windshield. Should the permit holder wish to transfer the permit to another vehicle during the term of issuance, the permit will be removed and exchanged at no charge for a new permit. Only one business entity representative will be permitted on the dock at a time at the vessel location.

C. The Federal Government has instituted requirements for a Transportation Worker Identification Credential (TWIC) for all personnel requiring unescorted access to designated secure areas within Port Everglades. The contractor will be responsible for complying with the applicable TWIC requirements. For further information, please call 1- 855-347-8371, or go on line to https://www.tsa.gov/for-industry/twic.

6

7/2/2018 BidSync p. 197